Loading...
HomeMy WebLinkAboutContract 34253CITY SECRETARY CONTRACT NO. f f I 1 CON-U&.. Between CITY OF FORT WORTH and SISK ROBB, INC. For Asbestos Abatement of the Fort Worth Community Arts Center Project #: DEM06-10:FWCAC Environmental Management Department October 2006 1 1-. -; 1, R C-V ') STATE OF TEXAS COUNTY OF TARRANT CITY OF FORT WORTH CONTRACT FOR ASBESTOS ABATEMENT OF THE FORT WORTH COMMUNITY ARTS CENTER This Contract is entered into by and between the City of Fort Worth, Texas, a home -rule municipality located within Tarrant County, Texas, (City"), acting through Libby Watson, its duly authorized assistant city manager, and Sisk -Robb, Inc., a Texas corporation, acting through P its duly authorized president/vice-president ("Contractor"). WHEREAS, the City owned Fort Worth Community Arts Center has Asbestos - Containing Materials (ACM) that will be impacted during modifications of the mechanical systems. WHEREAS, the City desires to abate and remove such asbestos containing material from the Fort Worth Community Arts Center located at 1309 Montgomery Avenue, Fort Worth, Texas; and WHEREAS, the City desires to hire a professional firm knowledgeable and experienced in conducting such asbestos abatement; and WHEREAS, the Contractor has represented that it is knowledgeable and experienced in conducting such an asbestos abatement project. WITNESSETH: NOW, THEREFORE, in consideration of the mutual promises and benefits of this Contract, the City and the Contractor agree as follows: 1, DEFINITIONS In this contract, the following words and phrases shall be defined as follows; Asbestos shall mean the asbestiform varieties of chrysotile, amosite, crocidolite, tremolite, anthophyllite, and actinolite and all materials containing one percent or more of any of those substances. Asbestos -Containing Material (ACM) shall mean materials or products that contain more than one percent (1.0%) of any kind or combination of asbestos, as determined by Environmental Protection Agency (EPA) recommended methods as listed in Section 40 of the Code of Federal Regulations, (CFR) Part 763, Subpart F and 40 CFR 763 Subpart E, Appendix A. This means any one material component of a structure. Asbestos Removal shall mean any action that dislodges, strips, or otherwise takes away asbestos containing material (ACM). Citv's Representative means the Director of Environmental Management, or the Director's designee. Contract shall mean this document, and the Contractor's Response to the Request for Proposal DEM 06-10: FWCAC attached as exhibit "A" and all ancillary documents. Contractor shall mean Sisk -Robb, Inc. Director shall mean the Director of the City of Fort Worth's Environmental Management Department. NESHAP shall mean the United States Environmental Protection Agency National Emissions Standards for Hazardous Air Pollutants, as described in Title 40 CFR Part 61. Notice to Proceed means the letter issued by the City that authorizes Contractor to begin work. It also authorizes future invoices to be paid. Reaulated Asbestos -Containing Material (RACM) shall mean (a) friable asbestos material, (b) Category I non -friable ACM that has become friable, (c) Category I non - friable ACM that will be or has been subjected to sanding, grinding, cutting, or abrading, or (d) Category II non -friable ACM that has a high probability of becoming or has become crumbled, pulverized, or reduced to powder by forces expected to act on the material in the course of demolition or renovation operations. RFP means the City's Request for Proposal DEM 06-10: FWCAC. Subcontract means a contract between the Contractor for this project and another person or company for any task defined in the scope of work. A purchase order is also considered a subcontract. Substantial Completion means the date when the removal is sufficiently completed in accordance with the Contract Documents, as modified by any change orders agreed to by the parties, so that the City can occupy the project or specified area of the project for the use for which it was intended. Contract for Asbestos Abatement CROO.24.060 Page 2 FWCAC 2. SCOPE OF CONTRACTOR'S SERVICES The scope of work shall include the abatement of asbestos containing material ("ACM") of certain that structure known as Fort Worth Community Arts Center located at 1309 Montgomery Avenue, Fort Worth, Texas as described in Section 2.4 and such subsections, of the Scope of Work in the RFP and Addendum and fully incorporated herein as Attachment A. A. Contractor shall follow and abide by The Texas Asbestos Health Protection Act in the Texas Occupations Code, Chapter 1954. B. The scope of work includes the removal, transportation and disposal of the following asbestos -containing materials and asbestos contaminated materials in accordance with all Federal, State, and local rules and regulations. C. Contractor shall furnish all tools, labor, equipment and permits necessary to fully complete the demolition of the structures identified in the bid documents. D. Prior to commencement of any work under this Contract, Contractor shall obtain from the City a written notice to proceed. E. Upon completion of the work, Contractor shall obtain a final inspection from the City. F. Contractor shall protect the work site as necessary with barriers, lights, safeguards or warnings. G. Contractor shall perform, in a good and professional manner, the services contained in this Contract. 3. SCOPE OF CITY SERVICES A. City shall coordinate with facilities, City departments, and any tenants for access to the site; B. City shall prepare and revise all notifications necessary to the Texas Department of State Health Services Health (TDSHS) for the work provided herein; C. City shall make payment of all applicable TDSHS fees; D. City shall give timely direction to the Contractor; and Contract for Asbestos Abatement CRL10.24.060 Page 3 FWCAC E. City shall render decisions regarding modifications to the Contract and any other issue. 4. TIME TO START AND TO COMPLETE THE PROJECT City shall issue a notice to proceed for each phase (as is described in the Contractor's Response to the RFP in Section 2.5.) Contractor shall begin work upon receipt of the Notice to Proceed and Contractor shall complete all phases of the work for each phase as described in Section 2.5 of the Contractor's Response to the RFP. 5. COMPENSATION A. In consideration for the work performed by Contractor under this Contract, City shall pay Contractor a sum not to exceed $ 59,560.00. The City shall not be liable for any of Contractor's costs in excess of the Not -to -Exceed Amount unless the City has signed and issued a formal Modification to the Contract. B. The unit prices for the removal of asbestos as well as the employee labor rates shall be as described in Attachment A, Section 2.6. C. Contractor understands and agrees that claims for additional compensation due to variations between conditions actually encountered in the project and as indicated in the Contract Documents will not be allowed unless the Contractor can clearly show to City, as determined in the sole discretion of City, why the variation was not identifiable prior to executing this Contract. D. The City agrees to pay Contractor within, thirty (30) days after receipt of correct invoices as required by Section 2.7 of the RFP, except as provided in Section 7 of the Contract, "Indemnification," subsection H. E. Periodically during the performance of this Contract, the Contractor's Project Manager shall inform the City's representatives of his/her best estimate of the expenses incurred to that time. In the event that the estimate approximates the Not -to -exceed amount, Contractor shall prepare to cease its operations unless and until the Contract is amended and an authorized representative of the City directs Contractor to perform additional work. F. Contractor shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to Contractor was caused by City's failure to provide information, if any, which it is required to do. When extra compensation is claimed, a written statement thereof shall be presented to the City. Contract for Asbestos Abatement CRL10.24.06v1 Page 4 FWCAC G. In the event that actual expenditures may result in a total cost in excess of the Not -to -Exceed Amount, Contractor must submit a Modification to the Contract in accordance with Section 24. 6. INSURANCE The Contractor certifies it has, at a minimum, current insurance coverage as detailed below and will maintain it throughout the term of this Contract. Prior to commencing work, the Contractor shall deliver to City, certificates documenting this coverage. The City may elect to have the Contractor submit its entire policy for inspection. A. Insurance coverage and limits: 1. Commercial General Liabilitv Insurance o $1,000,000 each occurrence o $2,000,000 aggregate 2. Professional Liabilitv Insurance - NOT APPLICABLE. 3. Automobile Liabilitv Insurance — A. Coverage on vehicles involved in the work performed under this contract: o $1,000,000 per accident on a combined single limit basis or: o $500,000 bodily injury each person; $500,000 bodily injury each accident; and $250,000 property damage B. Uninsured/Underinsured Motorist: o $20,000 bodily injury each person; $40,000 bodily injury each accident; and$15,000 property damage each accident The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional insured on Endorsement TE 9901 or equivalent, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. 4. Worker's Compensation — o Coverage A: statutory limits o Coverage B: $100,000 each accident Contract for Asbestos Abatement CRL10.24.060 Page 5 FWCAC $500,000 disease - policy limit $100,000 disease - each employee 5. Environmental Impairment Liabilitv (EIL) and/or Pollution Liability - $2,000,000 per occurrence. EIL coverage(s) must be included in policies listed in subsections 1 and 2 above; or, such insurance shall be provided under separate policy(s). Liability for damage occurring while loading, unloading and transporting materials collected under the contract shall be included under the Automobile Liability insurance or other policy(s). 6. Asbestos Abatement Insurance - $2,000,000 each occurrence with no Sunset Clause. B. Certificates of insurance evidencing that the Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with the contract. 1. Applicable policies shall be endorsed to name the City an Additional Insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. 2. Certificate(s) of insurance shall document that insurance coverage specified according to items in section (a) above are provided under applicable policies documented thereon. 3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. 4. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Contractor's insurance policies. Notice shall be sent to Brian Boemer, Director, Department of Environmental Management, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. 5. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency. Contract for Asbestos Abatement CRL10.24.060 Page 6 ANCAC 6. Deductible limits, or self -insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. 7. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the City as respects the contract. 8. The City shall be entitled, upon its request and without incurring expense, to review the Contractor's insurance policies including endorsements thereto and, at the City's discretion, the Contractor may be required to provide proof of insurance premium payments. 9. The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions. 10. The City shall not be responsible for the direct payment of any insurance premiums required by the contract. It is understood that insurance cost is an allowable component of Contractor's overhead. 11. All insurance required in section (a) above, except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the City. 12. Subcontractors to the Contractor shall be required by the Contractor to maintain the same or reasonably equivalent insurance coverage as required for the Contractor. When subcontractors maintain insurance coverage, Contractor shall provide City with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subcontractor's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by Contractor of the contract. 7. INDEMNIFICATION A. For purposes of this Contract, the following words and phrases shall be defined as follows: Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, Contract for Asbestos Abatement CRU0.24.060 Page 7 FWCAC liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of handling, collection, transportation, storage, disposal, treatment, recovery, and/or reuse of asbestos containing materials pursuant to this contract, or the existence of a violation of environmental requirements pertaining to, and including without limitation: a. Damages for personal injury and death, or injury to property or natural resources; b. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and all other costs in connection with the investigation or remediation of such wastes or violation of environmental requirements including, but not limited to, the preparation of any feasibility studies or reports of the performance of any cleanup, remediation, removal, response, abatement, containment, closure, restoration or monitoring work required by any federal, state or local governmental agency or political subdivision, or otherwise expended in connection with the existence of such wastes or violations of environmental requirements, and including without limitation any attorney's fees, costs and expenses incurred in enforcing this contract or collecting any sums due hereunder; and C. Liability to any third person or governmental agency to indemnify such person or agency for costs expended in connection with this Agreement. 2. Environmental requirements shall mean all applicable present and future statutes, regulations, rules, ordinances, codes, licenses, permits, orders, approvals, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities of the United States, states, and political subdivisions thereof and all applicable judicial, administrative, and regulatory decrees, judgments, and orders relating to the protection of human health or the environment, including without limitation: a. All requirements, including, but not limited to, those pertaining to reporting, licensing, permitting, investigation, and remediation of emissions, discharges, releases, or threatened releases of Contract for Asbestos Abatement CRL10.24.060 Page 8 FWCAC hazardous materials, pollutants, contaminants or hazardous or toxic substances, materials, or wastes whether solid, liquid, or gaseous in nature, into the air, surface water, groundwater, stormwater, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public. B. GENERAL INDEMNIFICATION: CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, DEFEND, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS FROM AND AGAINST ANY AND ALL LIABILITY, CLAIMS, SUITS, DEMANDS, OR CAUSES OF ACTIONS WHICH MAY ARISE DUE TO ANY LOSS OR DAMAGE TO PERSONAL PROPERTY, OR PERSONAL INJURY, AND/OR DEATH OCCURRING AS A CONSEQUENCE OF THE PERFORMANCE OF THIS CONTRACT, WHEN SUCH INJURIES, DEATH, OR DAMAGES ARE CAUSED BY THE NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, OR EMPLOYEES, OR THE JOINT NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, OR EMPLOYEES, AND ANY OTHER PERSON OR ENTITY. C. ENVIRONMENTAL INDEMNIFICATION: CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE HANDLING, COLLECTION, TRANSPORTATION, TESTING, STORAGE, DISPOSAL, TREATMENT, RECOVERY, AND/OR REUSE, BY ANY PERSON, OF ASBESTOS CONTAINING MATERIALS PURSUANT TO THIS CONTRACT WHICH IS REMOVED UNDER THIS CONTRACT, WHEN SAID ENVIRONMENTAL DAMAGES OR THE VIOLATION OF SAID ENVIRONMENTAL REQUIREMENTS WERE THE RESULT OF ANY ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS, OR THE JOINT ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR SUBCONTRACTORS AND ANY OTHER PERSON OR ENTITY. D. The obligations of the Contractor under this section shall include, but not be limited to, the burden and expense of defending all claims, suits and administrative proceedings (with counsel reasonably approved by City), even if such claims, suits or proceedings are groundless, false, or fraudulent, and Contract for Asbestos Abatement CRL10.24.060 Page 9 FWCAC conducting all negotiations of any description, and paying and discharging, when and as the same become due, any and all judgments, penalties or other sums due against such indemnified persons. E. Upon learning of a claim, lawsuit, or other liability that Contractor is required hereunder to indemnify City, City shall provide Contractor with reasonably timely notice of same. F. The obligations of the Contractor under this section shall survive the expiration of this Contract and the discharge of all other obligations owed by the parties to each other hereunder. G. In all of its contracts with subcontractors for the performance of any work under this Contract, Contractor shall require the subcontractors to indemnify the City in a manner consistent with this section. H. In the event that a written claim for damages against Contractor or any of its subcontractors remains unsettled at the time all work on the project has been completed to the satisfaction of the City Manager, as evidenced by a final inspection, final payment to Contractor shall not be recommended by the City Manager for a period of thirty (30) days after the date of such final inspection, unless the Contractor submits written evidence satisfactory to the City Manager that the claim has been settled and a release has been obtained from the claimant involved. 1. If the claim concerned remains unsettled at the expiration of the said thirty - day (30) period, out of the performance of such work. 2. The City Manager shall not recommend final payment to Contractor if a claim for damages is outstanding for a period of six (6) months following the date of the acceptance of the work performed unless the Contractor submits evidence in writing, satisfactory to the City Manager, that: a. The claim has been settled and a release has been obtained from the claimant involved; or b. Good faith efforts have been made to settle such outstanding claims, and such good faith efforts have failed. 3. If condition (a) above is met at any time within the six (6) month period, the City Manager shall recommend that the final payment to Contractor be made. If condition (b) above is met at any time within the six (6) month period, the City Manager may recommend that final payment to Contractor be made. At the expiration of the six (6) month period, the City Manager Contract for Asbestos Abatement CROO.24.060 Page 10 FWCAC may recommend that final payment be made if all other work has been performed and all other obligations of the Contractor have been met to the satisfaction of the City Manager. The Contractor may be deemed by the City Manager to be entitled to a semi-final payment for work completed, such semi-final payment to be in an amount equal to the total dollar amount then due less the dollar value of any written claims pending against the Contractor arising. 8. WARRANTY Contractor warrants that it understands the currently known hazards and suspected hazards that are present to persons, property and the environment by removing, transporting and disposing of asbestos containing materials. Contractor further warrants that it will perform all services under this Contract in a safe, efficient and lawful manner using industry accepted practices, and in full compliance with all applicable state, local and federal laws governing its activities. Contractor also warrants that it is under no restraint or order that would prohibit performance of services under this Contract. 9. LICENSES AND PERMITS A. Contractor certifies that on the day work is to commence under this Contract, and during the duration of the Contract, it shall have and maintain current valid and appropriate federal, state and local licenses and permits necessary for the provision of services under this Contract. B. Contractor agrees to require all of its subcontractors used in performance of this Contract to have and maintain current valid and appropriate federal, state and local licenses and permits necessary for the provision of services under this Contract. 10. TERMINATION A. City may terminate this Contract, with or without cause, by giving ten (10) days written notice to Contractor, provided that such termination shall be without prejudice to any other remedy the City may have. In the event of termination, any work in progress will continue to completion unless specified otherwise in the notice of termination. B. If the City terminates this Contract under subsection A. of this section, City shall pay Contractor for all services performed prior to the termination notice. Contract for Asbestos Abatement CRL10.24.060 Page 11 FWCAC C. All completed or partially completed original documents prepared under this Contract shall become the property of the City when the Contract is terminated, and may be used by the City in any manner it desires; provided, however, that the Contractor shall not be liable for the use of such documents for any purpose other than as described when requested. 11. DEFAULT A. Contractor shall not be deemed to be in default because of any failure to perform under this Contract, if the failure arises from causes beyond the control and without the fault or negligence of Contractor. Such causes shall include acts of God, acts of the public enemy, acts of Government, in either its sovereign or contractual capacity, fires, flood, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather. B. If the failure to perform is caused by the failure of a subcontractor of Contractor's to perform, and if such failure was beyond the control of both the Contractor and the subcontractor, without their fault or negligence, Contractor shall not be deemed to be in default unless the subcontracted supplies or services were reasonably obtainable from other sources. C. Alternatively, if at any time during the term of this Contract the work of Contractor fails to meet the specifications of the Contract Documents, City may notify Contractor of the deficiency in writing. Failure of Contractor to correct such deficiency and complete the work required under this Contract to the satisfaction of City within ten (10) days after written notification shall result in termination of this Contract. All costs and attorneys fees incurred by City in the enforcement of any provision of this Contract shall be paid by Contractor. D. In the event either party defaults in the performance of any of its obligations under this Contract, misrepresents to the other a material fact, or fails to notify the other party of any material fact which would affect the party's performance of its obligations hereunder, the non -defaulting party shall have a right to terminate this Contract upon giving the defaulting party written notice describing the breach or omission in reasonable detail. The defaulting party shall have a fifteen (15) day period commencing upon the date of notice of default in which to affect a cure. If the defaulting party fails to affect a cure within the aforesaid fifteen (15) day period, or if the default cannot be cured, the Contract shall terminate as of the date provided in the notice of default. E. The remedies provided for herein are in addition to any other remedies available to City elsewhere in this Contract. Contract for Asbestos Abatement CROO.24.060 Page 12 FWCAC 12. RIGHT TO AUDIT A. City shall, until the expiration of five (5) years after final payment is paid under this Contract, have access to and the right to examine any directly pertinent books, documents, papers and records of Contractor involving transactions related to this Contract. Contractor shall give City access during normal working hours to all necessary Contractor facilities in order to conduct audits in compliance with the provisions of this paragraph. City shall give Contractor reasonable advance notice of intended audits. B. Contractor shall include in all its subcontracts hereunder a provision to the effect that the subcontractor shall give City, until the expiration of five (5) years after final payment is paid under the subcontract, access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor involving transactions to the subcontract, and further, that City shall have access during normal working hours to all appropriate work space, in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable advance notice of intended audits. C. The obligations of the Contractor under this section shall survive the expiration of this Contract and the discharge of all other obligations owed by the parties to each other hereunder. 13. MINORITY AND WOMEN BUSINESS ENTERPRISES In keeping with the City's Minority/Women Business Enterprise (MWBE) ordinance, Contractor agrees a minimum of fifteen percent (15%) of the total dollar value of this Contract will be paid as compensation to certified MWBE firms. Monthly reporting is required to the City of Fort Worth — MWWBE Office, 1000 Throckmorton Street, Fort Worth, Texas 76102. Proof of payment for all invoices from MWBE firms will be required. Final payment to the Contractor under this Contract may be withheld pending MWBE Office approval of documentation. 14. INDEPENDENT CONTRACTOR Contractor shall perform work under this Contract as an independent contractor and not as an agent or employee of City. City shall not be considered the employer, co - employer or joint employer of the officers, employees or agents of Contractor. Contractor shall have the sole control, supervision, direction and responsibility over its Contract for Asbestos Abatement CRL10.24.060 Page 13 FWCAC officers, employees and agents and shall have the sole responsibility for determining the manner and means of providing the work described in this Contract, except as outlined in this Contract or as otherwise required by federal, state, county or city law, regulation or rule. 15. NON-DISCRIMINATION A. During the performance of this Contract, Contractor agrees not to discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, except where religion, sex or national origin is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of the non-discrimination clause. B. Contractor also agrees that in all solicitations or advertisements for employees placed by or on behalf of this Contract, that Contractor is an equal opportunity employer. C. Notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. 16. GOVERNING LAW The City and Contractor agree that the validity and construction of this contract shall be governed by the laws of the State of Texas, except where preempted by federal law. 17. LIQUIDATED DAMAGES If Contractor fails to commence and complete work under this Contract within the stipulated time, there shall be deducted from any moneys due or owing Contractor, or which may become due, the sum of $ 1,000.00 per day for each day after the date the project was to be completed, until the project is substantially completed. Such sum shall be treated as liquidated damages and not as a penalty, and City may withhold from Contractor's compensation such sums as liquidated damages. The amount of damage to City for delay in completion of the work is difficult to ascertain and the amount of the liquidated damages per day as stated above is reasonably anticipated pecuniary damages for such delay, and is not a penalty. Contract for Asbestos Abatement CRL10.24.060 Page 14 FWCAC 18. RIGHTS AND REMEDIES NOT WAIVED In no event shall the making by the City of any payment to Contractor constitute or be construed as a waiver by the City of any breach of covenant, or any default which may then exist, on the part of Contractor, and the making of any such payment by the City while any such breach or default exists shall in no way impair or prejudice any right or remedy available to the City with respect to such breach or default. Any waiver by either party of any provision or condition of the contract shall not be construed or decreed to be a waiver of any other provision or condition of this Contract, nor a waiver of a subsequent breach of the same provision or condition, unless such waiver be expressed in writing by the party to be bound. 19. ASSIGNMENT The City and Contractor bind themselves and any successors and assigns to this contract. Contractor shall not assign, sublet, or transfer its interest in this contract without written consent of the City. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the City, nor shall it be construed as giving any rights or benefits hereunder to anyone other than the City and Contractor. 20. NOTICE Notices required to be made under this Contract shall at the following addresses; provided, however, that change its designated person for notice, upon written change: If to City: Written notice shall be sent to: be sent to the following persons each party reserves the right to notice to the other party of such Brian Boerner, Director Department of Environmental Management 1000 Throckmorton Fort Worth, Texas 76102 Contract for Asbestos Abatement CRL10.24.060 Page 15 FWCAC If to Contractor: Name: Address: Telephone: FAX: 21. VENUE Should any action, real or asserted, at law or in equity, arise out of the terms and conditions of this Contract, venue for said action shall be in Tarrant County, Texas. 22. SEVERABILITY The provisions of this Contract are severable; and if for any reason any one or more of the provisions contained herein are held to be invalid, illegal or unenforceable in any respect, the invalidity, illegality or unenforceability shall not affect any other provision of this Contract, and this Contract shall remain in effect and be construed as if the invalid, illegal or unenforceable provision had never been contained in the Contract. 23. ENTIRETY This Contract, the Contract documents and any other documents incorporated by reference herein contain all the terms and conditions agreed to by the City and Contractor, and no other Contracts, oral or otherwise, regarding the subject matter of this Contract or any part thereof shall have any validity or bind any of the parties hereto. 24. MODIFICATION No modification of the Contract shall be binding on Contractor or City unless set out in writing and signed by both parties. Contract for Asbestos Abatement CRL10.24.060 Page 16 FWCAC SIGNATURE PAGE FOR SISK-ROBB ASBESTOS CONTRACT This Contract,h s een ex .cu d b the parties in triplicate in Tarrant County, Texas on this date\� �( '�J I 1 . , 2006. CIT F FORT W H Li y Watso , Asst. City Manager APPROVED AS TO FORM SISK-ROBB, INC. BY: WITNESS: Christa R. Lopez, As 1stant ity Attorney Name: K Title: ►« -�I «°y;M ATTEST: CORPORATE SEAL: Marty Hendrix*Ciecretary Contract Autho i zat' ioa Hate Contract for Asbestos Abatement CRL10.24.060 Page 17 FWCAC PAYMENT BOND THE STATE OF TEXAS *6101i I WKS) a F.11.7101.11 KNOW ALL MEN BY THESE PRESENTS: That we, Sisk -Robb, Inc., a corporation of Texas, hereinafter called Principal and , a corporation organized and existing under the laws of the State and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Fort Worth, a municipal corporation organized and existing under the laws of the State of Texas hereinafter called Owner, in the penal sum of : Fifty-nine thousand five hundred sixty ($ 59,560.00) dollars in lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we hereby bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered into a certain contract with the City of Fort Worth, the Owner, dated the day of 2006, a copy of which is hereto attached and made a part hereof, for the provision of: all equipment, labor, materials, superintendence and any other items or services necessary to perform the removal and transportation of asbestos containing material ("ACM") from Fort Worth Community Arts Center located at 1309 Montgomery Street in Fort Worth, Texas. designated as Project Number DEM06-10:FWCAC a copy of which contract is hereto attached, referred to, and made a part hereof as fully and to the same extent as if copies at length herein, such project and construction being hereinafter referred to as the "work". NOW THEREFORE, if the Principal shall well, truly and faithfully perform the work in accordance with the plans, specification, and contract document during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Tarrant County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and .� agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, this instrument is executed in 3 Counterparts each one of which shall be deemed an original, this the day of , 2006. Sisk -Robb, Inc. Principal (4) ATTEST: By: (Principal) Secretary (SEAL) (Address) 0 (Printed Name/Title) ADDRESS CITY/STATE/ZIP (Surety) ATTEST: (Surety) Secretary (Attorney -in -Fact) (5) (SEAL) ® (Printed Attorney -in -Fact) Witness as to Surety Note: Date of Bond must not be prior to date of Contract (1) Correct name of Contractor (2) A Corporation, a Partnership or and Individual, as case may be (3) Correct Name of Surety (4) If Contractor is partnership all Partners should execute bond (5) A true copy of Power of Attorney shall be attached to bond by Attorney -in -Fact CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Environmental Management Project No. DEM06- 10: FWCAC. CONTRACTOR Sisk -Robb. Inc. Title i0 - 30 ­0 L-c Date STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared 1r a abb , known to me to be the person whose name is subscribed to the foregoing instrument, al -id -cknowledged to me that he executed the same as the act and deed of �.&hh , T)AV . for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this3a day of ,. , 20 f d6ln VW Notary Public; in and f��_heState of „ � ° Texas star P * ORA KRW NOTARY PUWC, STATE OF TEXAS MY COMM. EXP. 421.2010 C............ 0 I" ATTACHMENT A- Contractor's Response to the RFP Contract for Asbestos Abatement CRL10.24.06vl Page 18 FWCAC Request for Proposal CITY OF FORT WORTH ENVIRONMENTAL MANAGEMENT DEPARTMENT 1000 THROCKMORTON FORT WORTH, TEXAS 76102 PROJECT: DEM 06-10: FWCAC ASBESTOS ABATEMENT Fort Worth Community Arts Center 1309 Montgomery. Street FORT WORTH, TEXAS July 14, 2006 1.0 2.0 TABLE OF CONTENTS REQUEST FOR PROPOSAL 1.1 Project Description 1.2 General Requirements 1.3 Interpretation of the Request for Proposal 1.4 Conflicts 1.5 How to Submit a Proposal 1.6 Security 1.7 Opening of Bids 1.8 Trade Secrets and Confidential Information 1.9 Proposal Evaluation Criteria 1.10 Contract Time 1.11 Award of the Contract 1.12 Tax Exemption 1.13 Reservations PROPOSAL DOCUMENTS 2.1 Proposal Document Checklist 2.2 Acknowledgment of Receipt of Addenda 2.3 Proposal Solicitation 2.4 Scope of Work 2.5 Project Schedule 2.6 Cost Estimation for Asbestos Removal 2.7 Schedule of Payment 2.8 Bonds 2.9 M/WBE Utilization Requirements 2.10 Statement of Residency 2.11 Nondiscrimination 2.12 Prevailing Wage Rates 2.13 Insurance Certificates 2.14 Provider's Qualifications and Capabilities 2.15 Provider's Experience with Similar Projects 2.16 Provider's Sub Contractors 2.17 Contractor's Legal And Compliance History 2.18 Contracts Licrses & Certificates 2.19 Additional Documents Upon Award of Contract 3.0 TECHNICAL SPECIFICATIONS 1.0 Request for Proposal 1'Ll. PROJECT" DESCRIPTION: The City of' Fort. Worth: is; seeking: proposals, for the furnishing. of' all: equipment,., labor'r materials,; superintendence,_ and any, other- items: or- services: necessary to perform the removal of asbestos -containing materials (ACM) from' the project areas within the Fort Worth Community Arts Center, at 1309 Montgomery Avenue;, Fort Wdrtk T-,, exas;. ass detailed in this Scope of Workand the Specifications,, and liar the transportation. of. said ACM, to- a, proper waste disposal facility, for disposal:. This project is to be a phased project. Asbestos Containing Materials are being removed prior to the demolition of the current HVAC system and the construction of the new HVAC system. To expedite overall project activities, the awarded vendor shall be kept under contract for abatement work throughout the demolition and the construction of the HVAC system. The contractor will be required to perform scheduled abatements and if necessary emergency abatements pertaining to the project and should have the capability to respond immediately if necessary. The MWBE participation gal for this project is 10 percent. 1=.2 GENERAL REQUIREMENTS:, 1.2.1 Obtaining Proposal Documents: Proposal documents, addenda, and specifications may be obtained from .the Environmental Management Department web site at www.fortworthgov.org/denVbids.htm in portable document format (PDF), or may be viewed at the Environmental Management Department, 908 Monroe Street QIh Floor), Fort Worth, Texas 76102 during normal business hours. 1.2.2 Pre -Proposal Meeting: Non -mandatory pre -proposal meeting will be scheduled for Friday, August 11, 2006 at 9:00 AM at the project location, Fort Worth Community Arts Center, at 1309 Montgomery Avenue, Fort Worth, Texas. 1.2.3 7`rme Proposal to Remain Vaft. Proposal submitted in accordance with this Request for proposal shall remain valid for 90 days after the due date. 1.2.4 Compliance with Laws: All Contractors shall be required to comply with: • Chapter 2258 of the Texas Govemment Code, with respect to the payment of prevailing wage rates for public works contrails; + Chapter 17, "Human Relations," Article III, "Discrimination," Division 3, "Employment Practices," of the Code of the City of Fort Worth, prohibiting discrimination in employment practices; • Fort Worth ordinance 15530, Minority and Women Business Enterprises; and • The most recent revisions of applicable federal, state, and local laws, and the regulations established by the U.S. Environmental Protection Agency (EPA), the Texas Department of State Health Services (TDSHS), the Occupational Health and Safety Administration (OSHA), the Texas 1-1 July 14, 2006 Commission on Environmental Quality (TCEQ), the U.S. Department of Transportation (DOT), the Texas Department of Transportation (TXDOT), the City of Fort Worth and any other entity that may have jurisdiction over work being performed. 1.3 INTERPRETATION OF THE REQUEST FOR PROPOSAL: All requests for an interpretation of the Request for proposal must be made in writing and received by the Environmental Management Department, by regular mail or email, at any time up to seven (7) calendar days prior to the deadline date for submitting bids. The person submitting the request will be responsible for its prompt delivery. No oral requests for interpretation will be answered. The City will issue any interpretation. of the Request for Proposal as a formal addendum. The addenda will be posted at www.fbrbmxthgov.org/dem/bids.htm. All addenda must be submitted with the Proposal in Section 2.2. It is the Contractor's obligation to determine whether addenda have been issued prior to the deadline for submitting the proposal. The City will not be responsible for any other explanations or interpretations. Requests for interpretations must be submitted to: Chris Breitiing, Environmental Specialist Compliance Section Department of Environmental .Management City of Fort Worth 1000 Throckmorton Street Fort Worth, TX, 76102-6311 Email Each Contractor who intends to submit a proposal must e-mail Mr. Breitling, with a notification of intent to submit, in order to assure receipt of applicable addenda. 1.4 CONFLICTS: Should there be conflicts between the submitted Proposal and the final executed contract document; the final contract shall take precedence. 1.5 HOW' TG SU6MfT A PRO PO:SAL:: Each: Cofactor must subrnit ONE (;') bound: original and-- three: (11 bound copies: of their, Pigmali to. the City:. All: Re s to, compliete, the. submittal must be included within the Proposal or the entire Proposal may be considered non -responsive and rejected. Please initial the upper right-hand comer of each page in Section 2.0. In case of ambiguity or lack of clarity, the City reserves the right to adopt the construction most advantageous to the City or to reject the bid. Proposals must be submitted in a sealed envelope, addressed to the City of Fort Worth Purchasing Division, 1000 Throccmorton, Fort Worth, Texas 76102. Proposals must be received by the Purchasing Division no later than 1:30 p.m. on Thursday, August 24, 2006. 1-2 July 14, 2006 The project number must be dearly marked on the envelope and the statement "PROPOSAL DOCUMENTS ENCLOSED, DELIVER TO PURCHASING DIVISION ONLY BEFORE 1:30 on Thursday, August 24, 2006" placed in the lower left-hand comer of the envelope in which the documents are delivered. If the documents are placed in an envelope that is contained inside another envelope, the statement shall be placed on the outermost envelope. Late proposals will be returned. They will not be opened nor considered in the evaluation of the proposal. Proposals may be withdrawn at any time prior to the official opening. NO FAXED PROPOSALS WILL BE ACCEPTED 1.6 SECURITY: Proposals must be accompanied by a proposer's bond in the amount of five Dercent (5%) of the largest possible total of the cost estimate. Alternatively, the City will accept a casket's; chi;, id said amount,, withi tyre Cityl marred as payee;, to be held in escrow untili the. succaessfol{ Centractar signs the project. Contract.. Thin bondwill' serve as a guarantee that the successful Contractor will enter into an agreement with the City to perform the project. The City will only accept sureties duly qualified and authorized by the State_ of Texas> as corporate, sureties to act: as: bonding. entities:. Personal: sureties: are: unacceptable.. 1.7 OPENING OF PROPOSALS: Proposals will be opened and read aloud at 2:00 P.M. on Thursday, August 24, 2006, in the Fort Worth City Council Chambers. The proposals shall be handled so; as; to, avoid the disdiosure of the: remainder- of'their- contents to.- competing offers and: so as to keepi such, contents secret. during,, negotiations:. Ail: proposal`s. will; be open for public inspection after project award, as provided by paragraph 1.8 below. 1.8 TRADE SECRErS>AND, CONFIDENTIAL INFORL ATIGN Al mated"alt submitteds to; the City) becomes, public prnperV and, is subject: to; they Texas Open; Records Act upon. receipt.. However, the City will endeavor to protect from disclosure any information in the Proposals that is subject to the trade secrets exception of the Public Information Act under §552.110 of the: Texas Gavemrnen, Code ar the= owfidentiat information exception under- § .11i01! of the Texas Gov ; ; ; } ent Code.. It is, the. msponsibilityf of the Conbader, to d6olyf mark; as such any information they deem trade secret or confidential. The final decision as to what information must be disclosed, however, lies with the Texas Attorney General. Failure of a Gor*a+ctor�to, idientify, trade secret and confiden tiaIE information: in; its: Fsroposali vA111 result id? all` unrnarli ed sections: being deemed: non:-propn ethryr and, available- upon, public, recpest. 1-3 July 14, 2006 1.9 PROPOSAL EVALUATION CRITERIA: Proposals will be evaluated by qualitative measures and will be weighted as follows: FACTOR` SECTION 1V AMUl1A WEIGHT. Provider's Proposed Project Schedule 2.5 30 points Provider's Qualifications and Capabilities 214 25 points Provider's Experience With Similar Projects 2.15 25 points Provider's Total Cost of Proposal 2.6 25 points Provider's Sub-Contac tor's Experience and 2.16 25 points Qualifications Provider's Legal History 2.17 15 points Provider's Work History with City or Government 2.15 10 points Projects Proposal Appearance 10 points Completeness of Proposal 10 points SCORE 175 points The City will select the most highly qualified Proposer responding to the request based on the above criteria. The highest overall score will determine the City's first choice for the project award. The City may conduct such investigations as deemed necessary to assist in the evaluation of any Qualifications and to establish the responsibility, qualifications, and financial ability of the Provider, subcontractors, and other persons who are proposed to work on the project. 1.10 CONTRACT TIME: The projects shall commence upon contractor receipt of City Notice to Proceed. t-Ar1 A-W OF THE E:OKTRAC.T:: The City, willi send a, Notice. of Award letter to.; the suceesdil' Contractor- wth three. (3j'= sets, of, cotcadAbcum, ents: fare succ essfbt tractor must execute the Contract in each set and return all three sets to the City. Upon receipt of the three sets, the City will execute each set and issue one set to the successful Contractor witfi: a letter entitlW Notices to Proceed,.. Dre letter authorizes; wo& to begiisr, and in. voices, to, paid:. 1.12 TAX EXEMPTION: The City of Fort Worth is exempt from Federal Excise and State Sale Tax; therefore, tax must not be included in this bid. 103 RIMERWATIONS.. The City, reserves the dgK Co r di arV or all! wait arrd v aive an, oralllfiormalities:. 1-4 July 14, 2006 2.0 PROPOSAL DOCUMENTS ' ALL PROPOSAL DOCUMENTS MUST BE SUBMITTED IN THE SAME ORDER AS RECEIVED FROM THE CITY AND WITHIN A BOUND PACKAGE FAILURE TO SUBMIT ALL OF THE FOLLOWING ITEMS IN A SEALED ENVELOPE MAY RESULT IN THE PROPOSAL BEING CONSIDERED NON -RESPONSIVE Initial N - 2.1 PROPOSAL. DOCUMENT CHECKLIST All Proposal Documents, including this Cheddist, must be completed in full and submitted in a sealed envelope, in the requested order, to be considered as a responsive submittal. Please initial the upper right-hand comer of each page in this section. Proposal Documents Initial if Included 1. Proposal Document Checklist X 2. Acknowledgement of Receipt of Addenda --St/ 3. Proposal Solicitation Y 4. Scope of Work X _ 5. Project Schedule K 6. Cost Estimation for Asbestos Removal 7. Schedule of Payments A 8. Bonds X 9. MMBE Utilization Requirements 10. Statement of Residency ,5C 11. Nondiscrimination 12. Prevailing Wage Rates 13. Insurance Certificates 14. Provider's Qualifications and Capabilities 15 Provider's Experience with Similar Projects 16 Provider's Sub -Contractors X 17. Contractor's Legal and Compliance History x 18 Contractor's Licenses & Certificates X 19. Additional Documents Upon Award of Contract l uWet-stand that all: of, these items wilt be revtlewed, and, any items not included may result in: rW Propel; beitag considered nonq;eswnsnrer.. Signature Name NO Tide peb aQ— Company­_ -5t 5V-, — � t�� ,i.. ki C PROJECT: DEM 06-10: FWCAC 2-1 Initial N. L W =l Mi ■l 2.2 ACKNOWLEDGEMENT -OF RECEIPT OF ADDENDA, 2.2.1 Check if applicable The undersigned acknowledges the receipt of the following addenda to the Request for proposal, and has attached all addenda following this page. (Add lines if necessary). Addendum Number 1 Na 0I4 4 0 (Date received) Addendum Number 2n ®(n (Date'received) `received) Addendum Number 3 AA(4 0 Le (Date received) 2.2.2 Check if applicable The: undersigned-i acknowledges, the receipt. of, no addenda; to, the. Invitation to; Bid: CONTRACTOR. e, v q Company Name l_ 19li�) Lambe-ti- —ox Address LeA,-P,el --R 8 �{ City, State, Zip PROJECT: DEM 06-10: FWCAC t or type name natory) . (q- )—� (�� (Signature) Title print or type) 2-2 FORTWORTH FNVI.RONAliENT. ,[. l< ANAGENIENT ADDENDUM TO: Interested Parties FROM: Chris Breitiing Environmental Management Department DATE: August 16, 2006 RE: Addendum #1 Project #: DEM 06-10: FWCAC Asbestos, Ahatement Fort W.bfth Community Arts. Center: 1309 Montgomery Avenue, Fat Worth, Texas Please note the following clarifications as of Wednesday, August 16, 2006: 1. Please note that all documentation for this project can be located at the following web address: www.fortworthqov.orq/dem/bids.htm 2. For access to the site, please contact; John Taylor Facility Manager PH# : 817-738-1938 Cell #: 817-709-7576 E-Mail: iohn.tavlor(fi)fwcac.com It is the responsibility of the Proposal submitter to work within the Facility Manager's schedule to obtain site access. 3. For Clarification Purposes: The 380 LF of mastic TSI on pipe runs located in the Performing Arts basement is located in the crawl space identified on the M-205 Performina Arts Basement. (4+echanicaf (De molitidn) drawing:. 4. Under Section 2.6.2 Unit Cost Estimate please include a mobilization fee to cover mobilization to and from the job site on line seventeen in the Unit Price Table and on the following line: 00 Mobilization Price 5. Under Section 2.6, the overall cost estimation should include eight (8) mobilizations to and from the job site. . 6. To expedite overall project activities, the awarded contractor shall remain under contractual agreement for abatement work throughout the demolition and the construction phases of the HVAC system. The contractor will be required to perform scheduled abatements and if necessary emergency abatements pertaining to the project and should have the capability to respond immediately if necessary for emergencies or within 24 hours for unplanned abatements. 7. Remember to submit all subcontractor information including: MWBE information, certification and licensing information, and contact information. 8. Submit copies of letters of agreement between subcontractors and the proposal submitter. 9.. Include contact information for all entities involved with your proposal including: Company President, Project Manager, On -site Supervisor, and Subcontractors. 10. For Clarification Purposes: The black mastic associated with duct insulation located in the Performing Arts, Basement Mechanical Room and Performing Arts, Basement, crawl space does not contain ACM. For drawing reference for these areas please see M-208 and M-205. Additionally, dampers_ depicted in drawing M-208 are not identified to contain asbestos and should be disregarded from the proposal. As a reminder, follow the instructions located in the proposal package and include the addenda in the proposal package as stated in the proposal instructions. The Request for Proposal due date is August 24, 2006 at 1:30 PM CST, City Hall, Lower Revel, Purchasing Department Please include am orig uaat and, three fifes+ with; the. pssoject #e 111�111 06-Ift dead, madbedandwexbwtw°ofthem subaut at package. FORTWORTH ENVIRONMENTAL MANAGEME N'F ADDENDUM TO: Interested Parties FROM: Chris Breitling Environmental Management Department DATE: August 21, 2006 RE: Addendum #2 Project #: DEM 06-10: FWCAC Aha�nent: Fort: Wbrift Gz)m, munity,Arts- Center 1309 Montgomery Avenue, Fort Worth, Texas 1. Please note that all documentation for this project can be located at the following web address: \Nwvv.fortworthqov.oraldem/bids.htm 2. The Proposal Due Date has changed: All proposals must be submitted by Thursday, August 31, 2006 at 1:30 PM CST, City Hall, Lower Level, Purchasing Department Proposals will be opened and read aloud at 2:00 pm on Thursday, August 31, 2006 3. The Due Date For Request For Interpretations has changed: All requests for interpretations must be received by 2:00 pm, Monday, August 28, 2006. 4. A non -mandatory meeting is scheduled for 9:00 am, Thursday, August 24, 2006 at the Fort Worth Community Arts Center, 1309 Montgomery, Fort Worth. The purpose of the meeting is to answer questions -that are presented during the meeting about the scope of the project. As a reminder, follow the instructions located in the proposal package and include the addenda in the proposal package as stated in the proposal instructions. Please include, one on4inat and three; copies withthe: p . , :.tl L # lli4 Ofi-I& dearl� marked omtIwenterW of tle«submitfat package COURTESY NOTICE Addendum #3 for the following referenced document is available at the following, URL address. The City of Fort Worth Department of Environmental Management is accepting Proposals to perform abatement activities at the Fort Worth Community Arts Center. Reference No. DEM06-10: FWCAC Proposal documents may be obtained from the City of Fort Worth, Department of Environmental Management's website. The URL address is: Questions regarding this matter should be directed immediately to Mr. Chris Breidin Environmental Specialist, City of Fort Worth -Department of Environment Management, 1000 Throclm►orton Street, Fort Worth, Texas 76102. Proposals must be submitted in a sealed envelope, addressed to and received at the City of Fort Worth Purchasing Division,1000 Throckmorton (lower leveo, Fort Worth, Texas 76102-6311 by 1:30 pan, Thursday, August 31, 2006, or they vn7l be returned unopened. The City reserves the right to reject any and or all submittals and waive any and or all formalities. K_a U Ai-0 A 1 1Tu ! TO: Interested Parties FROM: Chris Breitling Environmental Management Department DATE: August 29, 2006 RE: Addendum #3 Project #: DEM 06-10: FWCAC Asbestos Abatement Fort Worth Community Arts Center 1309 Montgomery Avenue, Fort Worth, Texas Please note the following clarifications as of Wednesday, August 16, 2006: 1. Please note that all documentation for this project can be located at the following web address: www.fortworthgov.orq/dem/bids.htm 2. The abatement specifications including drawings have been updated. The specifications may be accessed through the following web address: www.fortworthqov.orq/denVbids.htm 3. The abatement contractor will be allowed to use glove bag procedures for abatement of insulation. 0 4. Section 2.4.1 Scope of Work, Removal of Asbestos and Section 3.1 General Specifications has been changed to reflect amount changes in material previously identified, additions of material to be removed, to repair discrepancies between Asbestos Specifications and Request for Proposal documentation. Those changes include: 1. Approximately 4,316 linear feet of Mastic on Thermal System Insulation (TSI) pipe runs located throughout building. 2. Approximately 175 hard pack fitting located throughout the building. 3. Approximately 550 square feet of Mastic of Boiler Material located on the boilers in the Art Museum, Basement. 4. Approximately 255 square feet of floor tile and associated mastic located in the Art Museum basement and main floor. 5. Approximately 600 square feet of sheetrock with ACM joint compound or surface texture located throughout the Art Museum basement and main floor as ceiling and wall material. 6. Approximately 180 square feet of transite located on exterior cooling tower. 7. Approximately 270 square feet of plaster ceiling located in the Art Museum, upper floor mechanical room. 8. Approximately 750 square feet of ceiling the with button mastic located in the Performing Arts Main Floor 5. Section 2.6.2 Unit Cost Estimate: The table in the section has been updated to include a mobilization/demobilization price in the event it is needed. The Section is attached to this addendum. Please included this Section with the addendum 6. The air handler units identified throughout the specification drawings should not need to be abated. Only insulation on the piping going to and from the air handlers should need to be abated. 7. The following are clarifications for specific areas identified within the specification drawings: • A-101 Art Museum Basement Architectural — The Floor Tile identified in the specifications is located in the hall (008) and the Ceiling to be abated in the women's restroom (010). The three (3) walls identified will be abated. M-202 Art Museum Main Floor Mechanical — The floor the mastic identified in the northeast section of the drawing contains asbestos and will need to be abated prior to the mechanical contractor saw cutting the floor. Once concrete has been removed by the mechanical contractor, the abatement contractor will abate any pipe insulation identified on the pipes. There is approximately 90 SF of floor the and mastic to be removed. The air handler identified in the northwest portion of the drawing is behind ceiling and wall material. The wall and ceiling materials is covered with ACM surface texture and will need to be abated prior to the air handler removal. There is approximately 150 SF of this material. Be advised the remaining surrounding material will need to be prepared to be taped and bedded once the new air handler is installed. Once the wall and ceiling material is removed the removed area will need to be covered with plywood material painted a like color until the air handler removal. • M-206 Performing Arts Main Floor Demolition — The button mastic associated with ceiling tile contains asbestos and shall be abated. Mechanical contractor shall remove .ceiling after ceiling tile abatement. After ceiling is removed Abatement contractor will abate insulation found on pipes above ceiling. A drawing for the cooling tower is included in the asbestos specifications. As a reminder, follow the instructions located in the proposal package and include the addenda in the proposal package as stated in the proposal instructions. The Request for Proposal due date is August 31, 2006 at 1:30 PM CST, City Hall, Lower Level, Purchasing Department. Please include one original and three copies with the project #: DEM 06-10: FWCAC clearly marked on the exterior of the submittal package. 2.4 SCOPE OF WORK Furnish all equipment, labor, materials, superintendence, power and water as necessary, and any other items or services necessary to perform the removal of asbestos -containing materials (ACM) from the Fort Worth Community Arts Center, at 1309 Montgomery Avenue, Fort Worth, Texas, as detailed in this Scope of Work and the Specifications; for the transportation of said ACM to a proper waste disposal facility for disposal. This project is to be a phased project. Asbestos Containing Materials are being removed prior to the demolition of the current HVAC system and the construction of the new HVAC system. To expedite overall project activities, the awarded vendor shall be kept under contract for abatement work throughout the demolition and the construction of the HVAC system. 2.4.1 Removal ofAsbestos:The scope of work includes removal and disposal of the following asbestos -containing or asbestos -contaminated materials utilizing wet methods within full, negative pressure containment equipped with HEPA ventilation from specified areas of the Community Arts Center. All removed materials are to be disposed of as asbestos -containing material. All debris generated from removal is to be disposed of as asbestos -containing waste. The following materials are to be removed from the specified areas. (See Attached Asbestos Specifications) 1. Approximately 4,316 linear feet of Mastic on Thermal System Insulation (TSI) pipe runs located throughout building. 2. Approximately 175 hard pack fitting located throughout the building. 3. Approximately 550 square feet of Mastic of Boiler Material located on the boilers in the Art Museum, Basement. 4. Approximately 255 square feet of floor tile and associated mastic located in the Art Museum basement and main floor. 5. Approximately 600 square feet of sheetrock with ACM joint compound or surface texture located throughout the Art Museum basement and main floor as ceiling and wall material. 6. Approximately 180 square feet of transite located on exterior cooling tower. 7. Approximately 270 square feet of plaster ceiling located in the Art Museum, upper floor mechanical room. 8. Approximately 750 square feet of ceiling the with button mastic located in the Performing Arts Main Floor Im 2.6.2 Unit Cost Estimate Additional material may be encountered during the HVAC renovation project. The undersigned hereby proposes the following unit costs for the removal of ACM from the Fort Worth Community Arts Center not identified within the Scope of Work of this Bid. At least those tasks shown in the following list must be included. The Contractor may wish to include additional tasks as appropriate. UNIT PRICES including Removal and Disposal (add rows as needed): ASBESTOS ABATEMENT 1 Wall/Ceiling-Texture/Joint Compound / Drywall Material 2. Floor Tile/Associated Mastic 3. Linoleum Flooring/Associated Mastic 4. CMU Wall 5. Window/Door Caulking 6. Spray -on Texture on Drywall 7. Plaster 8. Texture on Plaster 9. Transite Material 10. Thermal System Insulation 11. Thermal System Insulation 12. Pipe Fittings 13. Removal of Contaminated Furniture 14. Waste Hauling 15. OSHA Air Monitoring 16. Generator 17. Mobilization / Demobilization Fee 18. 19. Square foot Square foot Square foot Square foot Linear foot Square foot Square foot Square foot Square foot Linear Foot Square Foot Each Hour Cubic yard Day Day This Proposal Cost Estimation and the accompanying Proposal Documents Bid Documents are intended to be complete and will remain valid for 90 days from the date of submittal. CONTRACTOR SUBMITTING BID: By: Company Name (print or type name of signatory) Address (Signature) City, State, Zip Title (print or type) Phone FAX 3.0 TECHNICAL SPECIFICATIONS 3.1 General Specifications & Proiect Scope: Furnish all equipment, labor, materials, superintendence, power and water as necessary, and any other items or services necessary to perform the removal of asbestos -containing materials (ACM) from the Fort Worth Community Arts Center, at 1309 Montgomery Avenue, Fort Worth, Texas, as detailed in this Scope of Work and the Specifications; for the transportation of said ACM to a proper waste disposal facility for disposal. This project is to be a phased project. ACM is being removed prior to the demolition of the current HVAC system and the construction of the new HVAC system. To expedite overall project activities, the awarded vendor shall be kept under contract for abatement work throughout the demolition and the construction of the HVAC system. The contractor will be required to perform scheduled abatements and if necessary emergency abatements pertaining to the project and should have the capability to respond immediately if necessary. 2.4.1 Removal of Asbestos: The scope of work includes removal and disposal of the following asbestos -containing or asbestos -contaminated materials utilizing wet methods within full, negative pressure containment equipped with HEPA ventilation from specified areas of the Community Arts Center. All removed materials are to be disposed of as asbestos -containing material. All debris generated from removal is to be disposed of as asbestos -containing waste. The following materials are to be removed from the specified areas. (See Attached Asbestos Specifications) Approximately 4,316 linear feet of Mastic on Thermal System Insulation (TSI) pipe runs located throughout building. 2. Approximately 175 hard pack fitting located throughout the building. 3. Approximately 550 square feet of Mastic of Boiler Material located on the boilers in the Art Museum, Basement. 4. Approximately 255 square feet of floor tile and associated mastic located in the Art Museum basement and main floor. 5. Approximately 500 square feet of sheetrock with ACM joint compound or surface texture located throughout the Art Museum basement and main floor as ceiling and wall material. 6. Approximately 180 square feet of transite located on exterior cooling tower. 7. Approximately 270 square feet of plaster ceiling located in the Art Museum, upper floor mechanical room. 8. Approximately 750 square feet of ceiling tile with button mastic located in the Performing Arts Main Floor Additional Specifications: • All materials are to be removed while equipment is operational unless, specifically approved by City of Fort Worth, Project Manager. The FWCAC has 3 chillers and two boilers in operation. During abatement, activities two chillers and their controls must be kept out of the containment area at all times for operational control. For example while abatement is being performed on chiller A, museum maintenance personal must be able to access the chillers and their controls without entering the containment area or regulated area. • Access to museum and office areas will be limited to off-peak hours or periods. • Upon completion of ACM removal in each area, the removal area must be prepared so that those areas may be finished out and constructed without disturbance of ACM. • All access openings created through abatement activities shall be covered with an access door approved by the City of Fort Worth, Project Manager. Compliance With Laws. All work must be conducted in compliance with the most recent revisions of applicable federal, state, and local laws, and the regulations established by the EPA, TDSHS, OSHA, TCEQ, DOT, TXDOT, the Texas Railroad Commission, the City of Fort Worth and any other entity that may have jurisdiction over work being performed. City's Tasks: The City of Fort Worth will provide the following for this project: • TDSHS notification preparation and revision; • Payment of TDSHS notification fees; and • Contracting with asbestos consultant for asbestos oversight and project management duties. Claims for additional compensation due to variations between conditions actually encountered in the project and as indicated in the Contract Documents will not be allowed. The only exception is if the Contractor can clearly show why the variation was not identifiable prior to executing the Contract. 2.3 PROPOSAL SOLICIT, ION The undersigned agrees to furnish the equipment, labor, materials, superintendence, and any other items or services necessary to perform the removal of asbestos -containing materials (ACM) from the project areas within the Fort Worth Community Arts Center, at 1309 Montgomery Avenue, Fort Worth, Texas, as detailed in the Scope of Work and Specifications; for the transportation of said ACM to a proper waste disposal facility; and for the disposal. of said ACM. This project is to be a phased project. Asbestos Containing Materials are being removed prior to the demolition of the current HVAC system . and the construction of the new HVAC system. To expedite overall project activities, the awarded vendor shall be kept under contract for abatement work throughout the demolition and the construction of the HVAC system. The contractor will be required to perform scheduled abatements and if necessary emergency abatements pertaining to the project and should have the capability to respond immediately if necessary. THE PROPOSAL SHALL BE HELD FIRM FOR A PERIOD OF 90 DAYS. The undersigned agrees that all work will be conducted in compliance with the most recent revisions of applicable federal, state, and local laws, and the regulations established by the EPA, TDSHS, OSHA, TCEQ, DOT, TXDOT, the City of Fort Worth and any other entity that may have jurisdiction over work being performed. The undersigned agrees to start work upon receipt of the Notice to Proceed. All work shall be in accordance to project schedule and contract cost estimations. CONTRACTOR: R,010 TA L (Company Name) t 11b L bev- -n-. ('Add' (City: State. Zap) (Phone) BY: ► LI� t3 i� nn `m signatory) (S i-9n, a t u f s), (17MG) (FAX) PROJECT: DEM 06-10: FWCAC 2 3 Initial 2.4 SCOPE OF WORK Furnish all equipment, labor, materials, superintendence, power and water as necessary, and any other items or services necessary to perform the removal of asbestos -containing materials (ACM) from the Fort Worth Community Arts Center, at 1309 Montgomery Avenue, Fort Worth, Texas, as detailed in this Scope of Work and the Specifications; for the transportation of said ACM to a proper waste disposal facility for disposal. This project is to be a phased project. , Asbestos Containing Materials are being removed prior to the demolition of the current HVAC system and the construction of the new HVAC system. To expedite overall project activities, the awarded vendor shall be kept under contract for abatement work throughout the demolition and the construction of the HVAC system. 2.4.1 Removal of Asbestos: The scope of work includes removal and disposal of the following asbestos -containing or asbestos -contaminated materials utilizing wet methods within full, negative pressure containment equipped with HEPA ventilation from speed areas of the Community Arts Center. All removed. materials are to be disposed of as asbestos -containing material. All debris generated from removal is to be disposed of as asbestos -containing waste. The following materials are to be removed from the specified areas. (See Attached Asbestos Specifications) Approximately 3,500 linear feet of Mastic on Thermal System Insulation (TSI) pipe runs located throughout building. 2. Approximately 175 hard pack fitting located throughout the building. 3. Approximately 550 square feet of Mastic of Boiler Material located on the boilers in the Art Museum, Basement. 4. Approximately 415 square feet of floor tile and associated mastic located in the Art Museum basement and the Performing Arts upper floor. 5. Approximately 90 square feet of sheetrock joint compound located in the women's restroom in the Art Museum basement. 6. Approximately 180 square feet of transite located on exterior cooling tower. 7. Approximately 270 square feet of plaster ceiling located in the Art Museum, upper floor mechanical room. PROJECT: DEM 06-10: FWCAC 24 Initial do 2.4.2 Compliance With Laws. All work must be conducted in compliance with the most recent revisions of applicable federal, state, and local laws, and the regulations established by the U.S. Environmental Protection Agency (EPA), the Texas Department of State Health Services (TDSHS), the Occupational Health and Safety Administration (OSHA), the Texas Commission on Environmental Quality (TCEQ), the U.S. Department of Transportation (DOT), the Texas Department of Transportation (TXDOT), the Texas Railroad Commission, the City of Fort Worth and any other entity that may have jurisdiction over work being performed. 2.4.3 CiVs Tasks: The City of Fort Worth will provide the following for this project: • TDSHS notification preparation and revision; • Payment of TDSHS notification fees; and • Contracting with asbestos consultant for asbestos oversight and project management duties. Claims for additional compensation due to variations between conditions actually encountered in the project and as indicated in the Contract Documents will not be allowed. The only exception is if the Contractor can clearly show why the variation was not identifiable prior to'executing the Contract. PROJECT: DEM 06-10: FWCAC 2 5 Initial NIP 2.5 PROJECT SCHEDULE Contractors shall provide a project schedule that includes all major tasks for asbestos removal and demolition pursuant to the Scope of Work and Specifications. The project schedule shall show all tasks in the left most column and their duration shall be plotted horizontally versus time. A time scale shall be selected so that the complete duration of the project can be shown on paper with a maximum dimension of 11" high by 17" wide. A separate task must be shown for each subcontractor, each separate organization, and each M/WBE if applicable. The name of the Contractor's company, subcontractor, separate organization, M/WBE shall be identified above the duration bar of each task. The estimated dollar cost for each task shall be shown below each durati on bar. The completion of each task must be associated with a project deliverable document. Deliverable documents may include a photograph, an asbestos abatement closeout report, demolition closeout report, or invoices that show completion of that task. The project schedule shall include a timetable for each of the following phases (See Asbestos Specification for locations. • Phase 1 - Art Museum, Basement, Mechanical Room and areas west of Storage Room 005; • Phase 2 - Art Museum, Basement, remaining portions; • Phase 3 - Art Museum, Main Floor; • Phase 4 - Art Museum, Upper Floor; • Phase 5 - Performing Arts, Sub - Basement; • Phase 6 - Performing Arts, Basement; • Phase 7 - Performing Arts, Main Floor; and • Phase 8 - Exterior Chiller The project schedule must be submitted with the proposal. Final schedule for all phases of the project will be determined through negotiation between Proposer and City of Fort Worth. INCLUDE A COPY OF THE SCHEDULE FOLLOWING THIS PAGE BOUND WITHIN THE PROPOSAL PACKAGE PROJECT: DEM 06-10: FWCAC 2-6 phase 1 art muesum basement 12 18Sep-06 3-Oct-06 4 * phase 2 art muesum basement remaining 6 4-Oct-06 11-Oct-06 phase 3 art muesum main floor 2 12-0�t-06 13-Oct-06 phase 4 art muesum upper floor 2.5 16-Oct-06 18-Oct-06 phase 5 performing arts sub basement 3 18-Oct-06 23-Oct-06 OWMO phase 6 performing arts basement 2.5 24-Oct-06 27-Oct-06�� phase 7 performing main floor 3 28-Oct-06 1-Nov-06 phase 8 exterior chillers 1 2-Nov-06 3-Nov-06 Vendors Schelude B&B Waste Transit entire_ length of project provide 40cy closed top dumpster remove and transport as necessary 1 Bell Anderson provide transport of materials to entire length of project �! I Jobsite as requested Initial Al 2.6 COST ESTIMATE FOR ASBESTOS REMOVAL 2.6.1 Proposed Contract Cost. Cost and value is an important element in award of this project. See Section 1.9 of this RFP for proposal evaluation criteria. The cost estimates for each line item shall be for all labor, equipment, materials, disposal, and any and all other costs associated with the performance of that line item under this Contract. Project Phase Phase 1 - Art Museum, Basement, Mechanical Room and areas west of Storage Room 005 Phase 2 - Art Museum, Basement, remaining portions Phase 3 - Art Museum, Main Floor Phase 4 - Art Museum, Upper Floor Phase 5 - Performing Arts, Sub - Basement Phase 6 - Performing Arts, Basement Phase 7 - Performing Arts, Main Floor Phase 8 - Exterior Chiller Transportation -and Disposal of waste to an appropriate landfill OSHA Air Monitoring Total Overall Cost Cost "�3,y21, ova 're-8 I sts-'00 4y 3, 10 D, ► bD 3s8s'no `/ 4/,. 19gt'l Each task shown below must appear on the Project Schedule and on the Schedule of Payments. The completion of each task must be associated with a project deliverable document. Deliverable documents may be a report, photograph, or an invoice that shows completion of that task. Requirements for execution and completion shall be negotiated prior to any additional work authorization. No compensation shall be paid to Contractor for the cost of obtaining and maintaining insurance, bonds, licenses, and certifications as required herein, as these are considered subsidiary to other items for which lump sum or unit prices are requested in this Bid. PROJECT: DEM 06-10: FIMCAC 2-7 2.6.2 Unit Cost Estimate Additional material may be encountered during the HVAC renovation project. The undersigned hereby proposes the following unit costs for the removal of ACM from the Fort Worth Community Arts Center not identified within the Scope of Work of this Bid. At least those tasks shown in the following list must be included. The Contractor may wish to include additional tasks as appropriate. UNIT PRICES including Removal and Disposal (add rows as needed): ASBESTOS ABATEMENT Material . Unit Price/Unit 1 Wall/Ceiling-Texture/Joint Compound I Square foot $ y Drywall Material 2. Floor Tile/Associated Mastic Square foot $ 3. Linoleum Flooring/Associated Mastic Square foot $ 4. CMU Wall Square foot $ 5. Window/Door Caulking Linear foot $ 7-6-D 6. Spray -on Texture on Drywall Square foot $ 021495- 7. Plaster Square foot $ 3, a. s 8. Texture on Plaster Square foot $ 3> f9. Transite Material Square foot $ b s-o 10. Thermal System Insulation Linear Foot $ g %s 11. Thermal System Insulation Square Foot, 12. Pipe Fittings Each $ 30 00 13. Removal of Contaminated Furniture Hour $ 31g490 14. Waste Hauling Cubic yawl $ 119 . °C> 15. OSHA Air Monitoring Day $ M-40, ad 16. Generator Day $ 4S y 00 17. Mobilization I Demobilization Fee $ 18. 19. Initial fIL^10 2.6.2 Unit Cost Estimate Additional material may be encountered during the HVAC renovation project. The undersigned hereby proposes the following unit costs for the removal of ACM from the Fort Worth Community Arts Center not identified within the Scope of Work of this Bid. At least those tasks shown in the following list must be included. The Contractor may wish to include additional tasks as appropriate. UNIT PRICES including Removal and Disposal (add rows as needed): ASBESTOS ABATEMENT flAaterial Unit Price/Unit .. 1 Wall/Ceiling-Texture/Joint Compound / Drywall Material Square foot $ 2. Floor Tile/Associated Mastic Square foot $ i 4q 3. Linoleum Flooring/Associated Mastic Square foot $ 4. CMU Wall Square foot $ o a 5. Window/Door Caulking Linear foot $ a O I6. Spray -on Texture on Drywall Square foot $ 7. Plaster Square foot $ , 8. Texture on Plaster Square foot $ 3, a 9. Transite Material Square foot $ I� 10. Thermal System Insulation Linear Foot $ cl S' 11. Thermal System Insulation Square Foot $ 3. 12. Pipe Fittings Each $ 35 • 00 13. Removal of Contaminated Furniture Hour $ -3�L5 p 14. Waste Hauling Cubic yard $ ro Ici.© 15. OSHA Air Monitoring Day $ I aS ` p0 16. Generator Day $ g y , o o 17. $ PROJECT: DEM 06-10: FWCAC 2-8 R Initial I v a This Proposal Cost Estimation and the accompanying Proposal Documents Bid Documents are intended to be complete and will remain valid for 90 days from the date of submittal. CONTRACTOR SUBMITTING BID: Igo By: R."is Rs CanWasy-Kamt: or type a of signatory}; f� f l-E Nven._ Vm Address 7(ldagnature) .,ZIP Phone FAX PROJECT: DEM 06-10: FWCAC 2 9 Initial N �-f 2.7 SCHEDULE OF PAYMENTS Progress Payments will only be made after completion of those tasks and/or subtasks identified on the Project Schedule. Progress Payments will be made during the project no more frequently than once per month. A payment Schedule must be submitted with the Proposal showing the name of each task and/or subtask, the name of the Deliverable Document for each task and/or subtask, labor cost, equipment cost, material cost, total task and/or subtask cost, planned payment dates for each task and/or subtask, and the amount that would be remaining in the contract account. Upon receipt of final project completion documentation (i.e., Asbestos Close-out Report, applicable waste manifests), final project payments will be approved. Final payments will not be approved until project completion documentation has been submitted to and approved by the City of Fort Worth. Ten percent (10%) of total project cost will be held back until receipt of final project completion documentation. INCLUDE A COPY OF THE SCHEDULE OF PAYMENTS FOLLOWING THIS PAGE, BOUND WITHIN THE PROPOSAL PACKAGE PROJECT: DEM 06-10: FWCAC 2-10 ■ ■ �' Schedule of Values Date: 8/28/2006 Payment applications submitted on the first of each month.Closeout I nents for each indivual phase submitted with pay application A B C D E F G H I ITEM ITEM DESCRIPTION SCHEDULED WORK COMPLETED MATERIALS TOTAL % BALANCE RETAINAGE NO. VALUE FROM PREVIOU£' TOTAL PRESENTLY COMPLETED JOB TO FINISH (IF VARIABLE (Estimate) APPLICATIONS CLAIMED STORED AND BILLED COMPLETED (c-G) RATE) THIS (NOT IN TO DATE PERIOD D OR E) 1 Phase 1 $23,431.00 $0.00 $0.00 $0.00 $0.00 $0.00 $23,431.00 2 Phase 2 $8,815.00 $0.00 $0.00 $0.00 $0.00 $0.00 $8,815.00 3 Phase 3 $3,102.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,102.00 4 Phase 4 $3,588.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,588.00 5 Phase 5 $4,664.00 $0.00 $0.00 $0.00 $0.00 $0.00 $4,664.00 6 Phase 6 $3,588.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,588.00 7 Phase 7 $4,664.00 $0.00 $0.00 $0.00 $0.00 $0.00 $4,664.00 8 Phase 8 $1,896.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,896.00 9 Transportation & Disposal $1,922.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,922.00 10 OSHA Air Monitoring $3,900.00 $0.00 $0.00 $0.00 $0.00 $0.00 $3,900.00 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 $59,570.00 $0.00 $0.00 $0.00 $0.00 $0.00 $69,670.00 �' Initial N 2.8 BONDS, 2.8.1 Bid Bond Proposals must be accompanied by a proposer's bond in the amount of five percent (5%) of the largest possible total of the cost 'estimate, to a maximum of $5,000. Alternatively, the City will accept a cashier's check, in said amount, with the City named as payee, to be held in escrow until the successful Contractor signs the project contract. This bond will serve as a guarantee that the successful Contractor will enter into an agreement with the City to perform the project The bid bond is subject to forfeiture in the event the successful Contractor fails to execute the contract documents within 10 calendar days after the contract has been awarded. 2.8.2 Payment and Performance Bonds Before beginning the work, the Contractor shall be required to execute to the City of Fort Worth, a payment bond if the contract is in excess of $25,000, and a performance bond if the contract is in excess of $100,000. The payment bond is solely -for the protection and use of payment bond beneficiaries who have a direct contractual relationship with the Contractor or subcontractor to supply labor or material; and in 100% the amount of the Contract. The performance bond is solely for the protection of the City of Fort Worth; in 100% the amount of the Contract; and conditioned on the faithful performance by Contractor of the work in accordance with the plans, specifications, and contract documents. Contractor must provide the payment and performance bonds, in the amounts and on the conditions required, within 14 calendar days after Notice of Award. 2.8.3 Requirements for Sureties The bonds shall be issued by a corporate surety duly authorized and permitted to do business in the State of Texas, that is of sufficient financial strength and solvency to the satisfaction of the City. The surety must meet all requirements of Article 7.19-1 of the Texas Insurance Code. All bonds furnished hereunder shall meet the requirements of Chapter 2253 of the Texas Government Code, as amended. In addition, the surety must (1) hold a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations. permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the Contract be determined unsatisfactory at any time by the City, notice will be given to the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the City. PROJECT: DEM 06-10: FWCAC 2-11 lwt➢at ATTACH CASHIER'S CHECK OR BID BOND HERE PROJECT: DEM 06-10: FWCAC 2-12 es THE AMERICAN INSTITUTE OF ARCHITECTS I If AIA Document A310 Bid Bond # ZA26826 KNOW ALL MEN BY THESE PRESENTS, that we SISK-ROBB INCORPORATED (Here insert full name and address or legal title of Contractor) TEXAS as Principal, hereinafter called the Principal, and ARCH INSURANCE COMPANY (Here Insert toll name and address or legal tide of Surety) 3 Parkway, Suite 1500, Philadelphia, PA 19102 a corporation duly organized under the laws of the State of MISSOURI as Surety, hereinafter called the Surety, are held and firmly bound unto FORT WORTH CONIlVIUNITY ARTS CENTER (Here insert full name and address or legal title of owner) TEXAS as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE BID AMOUNT Dollars ($ TBD ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert full name, address and description of projectl ASBESTOS ABATEMENT COMMUNITY ARTS CENTER NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified In said bid and such larger amount for which the Obligee may in good faith contract with another parry to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 25TH day of AUGUST 2006 SISK-ROBB INCORPORATEDIN I (Principal) (sea ) k(Witniss tt �1Dr N-1 (Title) ARCH INSURANCE COMPANY Q' � fKie) re (seal) ltiNitnessl -r-- �f'---1 A NZALEZttorney-in-Fact AIA DOCUMENT A310. 810 BOND • AIA 40 • FEBRUARY 19" ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D. C. 20006 POWER OF ATTORNEY Know All Men By These Presents -Zi) �-) Go,;,) 4, That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri. having its principal office in Kansas City. Missouri (hereinafter referred to as the "Company") does hereby appoint William A. Bailey, Maria A. Gonzalez. Anne M. Barber and Michael J Friedrich of Bridgeview, II_ (EACH) its true and lawful Attorney(s)-in-Fact, to make, execute. seal, and deliver from the date of issuance of this power for and on its behalf as surety. and as its act and deed Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into.two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00MI-0013 00 03 03 Page 1 of 2 Printed in U.S.A. Initial � Y 2.9 MINORITY AND: WOMEN; BUSINESS., ENTERPRISE (MWBEl UTILIZATION: REQUIREMENTS An M/WBE goal of 10% has been established for this project. The Contractor shall make a good faith effort to sub -contract with or purchase supplies from M/WBE firms. The Contractor must meet or exceed the stated goal or submit documentation of a good faith effort for all applicable contracts to permit a determination of compliance with the specifications. (1) An MIWBE Utilization Plan, hereinafter referred to as the utilization plan, must be submitted with the response to the Request for Proposals. The utilization plan must detail the steps taken to achieve MNVBE participation including but not limited to firms contacted, type of work discussed, criteria for sub -contractor selection, etc. The utilization plan must address each subcontracting opportunity available that may include professional services, waste transport, courier service, outside printing, equipment suppliers, etc. (2) The utilization plan must also include the point of contact (including name and title) that will be designated as responsible for implementing the utilization plan, reporting on the status of utilization plan, and performing liaison duties to the City as it relates to all M/WBE issues during the contract term. (3) The Contractor may utilize a joint venture arrangement with an M/WBE firm. In a joint venture, the Contractor may count the M/WBE portion of the joint venture toward meeting the utilization plan commitment (i.e., proposed goal is 40% and joint venture is 20% then separate M/WBE must be used for the remaining 20% not for the entire 40%). If a joint venture is proposed, the Joint Venture Eligibility Form must be completed and submitted. (4) All M/WBE firms must be currently certified or in the process of being certified by the North Central Texas Regional Certification Agency (NCTRCA), or Texas Department of Transportation (TXDOT), Highway Division and located in the nine county marketplace (Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall). For the purpose of determining contract compliance under the M/WBE ordinance, businesses listed as MBE or WBE within the utilization plan must be certified as such prior to a recommendation for award being made to the City Council. If during the course of work under the contract a change of any of the MBE or WBE firms identified in the original utilization plan is needed then a Change Request must be submitted to the City of Fort Worth — M/WBE Office and the change approved by same. (5) All subcontracting and supplier opportunities directly attributed to this Contract from M/WBE firms, inclusive of 1st, 2nd, 3rd tiers, etc. sub -contractors and suppliers may be included in the utilization plan commitment. It is the sole responsibility of the Contractor to report and document all M/WBE participation dollars irrespective of tier level. The Contractor will be given credit toward the M/WBE plan when the M/WBE performs a commercially useful function. The successful Contractor will be required to submit executed contractual agreements (i.e., Master Service Agreements) or letters of intent prior to receiving the Contract Documents. PROJECT: DEM 06-10: FWCAC 2-13 initial N I (6) M/WBE documentation consists of the Special Instructions To Proposers, the Subcontractor Utilization Form, the Prime Contractor Waiver Form, the Good Faith Effort Form, and the Joint Venture Form. Copies follow this section. a. If Contractor equals or exceeds the project goal, they must submit the Subcontractor Utilization Form or the Joint Venture Form. b. If Contractor does not have subcontracting and/or supplier opportunities, they must submit the Prime Contractor Waiver Form. C. If Contractor has subcontracting and/or supplier opportunities but does not include M/WBE participation in an amount which equals or exceeds the project goal, they must submit the Subcontractor Utilization Form and the Good Faith Effort Form and documentation. d. If Contractor has subcontracting and/or supplier opportunities but does not include any M/WBE participation, they must submit the Subcontractor Utiization Form and the Good Faith Effort Form and documentation. The Good Faith Effort documentation shall demonstrate the Contractor's commitment and honest efforts to utilize M/WBE(s). The burden of preparing and submitting the Good Faith Effort information is on the Contractor and will be evaluated as -part of the responsiveness to the proposal. A Contractor who intentionally and/or knowingly misrepresents facts on the documentation submitted will constitute a basis for classification as non -responsive and possible debarment. Complete MMBE requirements are contained in City of Fort Worth ordinance 15530, Minority and Women Business Enterprises. Questions about MMBE requirements may be directed to the City's M/WBE Business Office at 817.392.6104. Check theF aoaroldafe box. / boxes:: ❑ The following M/WBE documents are included in this Proposal submittal, following this page, bound within the response: A Subcontractor Utilization Form Joint Venture Form 1K Prime Contractor Waiver Form K Good Faith Effort Form CONTRACTOR: S> \ aL Company Name Address City, State, Zip ( or ty n e of signatory) (Signature) , �'— G D pkx-N w t� it -- Title (print or type) PROJECT: DEM 06-10: FWCAC 2-14 am F_ ORT WORTH City of Fort Worth Minority and Women Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR BIDDERS APPLICATION OF POLICY If the total dollar value of the contract is $25,000 or more, the MIWBE goal is -applicable. if the total dollar value of the contract is less than $25,000. the M/WBE Awl is not applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements and regulations stated in the Cky's current Minority and Women Business Enterprise Ordinance apply to this bid. M/WBE PROJECT GOALS The City's MBE/WBE goal on this project is © % of the base bid value of the contract. COMPLIANCE TO BID SPECIFICATIONS On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by either of the following: 1. Meet or exceed the above stated MIWBE goal, or 2. Good Faith Effort documentation, or; 3. Waiver documentation, or; 4. Joint Venture. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Managing Department, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. 1. Subcontractor Utilization Form, if goal is received by 5:00 p.m., five (5) City business days after the bid met or exceeded: opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if participation is less than opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid Utilization Form, if no M1WBE participation: opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid perform all subcontracting/supplier work: opening date, exclusive of the bid opening date. S. Joint Venture Form, if utilize a joint venture received by 5:00 p.rn., five (5) City business days after the bid to met or exceed goal. opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE-crivs 1WWBE. ORDINANCE= WILL RESULT IN THE SID BEING CONSIDERED NON -RESPONSIVE TO.SPECIFICATION Any questions, please contact the MIWBE Office at (817) 392-6104. ATTACHMENT IA Page 1 of 4 ME FORT WORTH City of Fort worth Subcontractors/Suppliers Utilization Form PREKE COMPANY S t P ►G' i. j5-v3 PR Cr N �Tf �r � it?s M/WBE ject.Goal: 's M/WBE Project Utilization: ID % /�s . % Cbtck applicable block to describe prime M/W/DBE I � NON-M/W/DBE BID DATE — --- 3r PRojWr NUMBER Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its -entirety with requested documentation, and received by the Managing !Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. .The undersigned Offeror agrees to enter into a formal agreement with the MNVBE firm(s) listed in this utilization schedule, conditioned upon execration of a. contract with the City of Fort Worth. The intentional land/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications M/WBEs listed toward meeting the project goal mast be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered I'd tier, a payment by a subcontractor to its supplier is considered Z°d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauNng servim are utifted, the, prime wff be given credit :as long as the M/WBR fisted owns and. operates at least on.e -fully licensed and, operational buck to be used on the contract. The. MRMIR -may lease trucks from another M/WBE. firm, including M/WBE owner -operators; :and receive full l�OME credit Ile NVWBE may lease trucks from non-M/WBEs, including owner -operators, but will only. receive . credit for the fees and commissions earned by the . W WBE as outlined in the lease amemeni. Rev. 5/30/03 ATTACHMENT IA Page 2 of 4 FORT�WURTH Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification N (check one) SUBCONTRACTORISUPPLIER T o N T Detail Detail Company Address o PaYAdder me a ly yy C X ' m Subcontracting Work Supplies Purchased Dollar Amount TelephoneJFax r B B T D I W E E R O B C T E A 7—�r OOZi r Bsll 4kgoi x Rev. 5/30/03 ATTACHMENT 1A - FORT ORTH Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardless of status; ie, Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certification (check one) SUBCONTRACTOR/SUPPLIER T Company Name � I N T i Detail Detail Address e M yy C X , E Subcontracting Work Supplies Purchased Dollar Amount T D r Telephone/Fax r B B R O E E E C T E A Rev:.5/30/03 FoRT WoRTll ATTACHMENT IA Page 4 of 4 Total Dollar Amount of M/WBE Subcontractors/Suppliers $ Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ /4 ,A TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Contractor will ,not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of ChangelAddUion. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. :The . contractor shall submit a., detailed explanation of how the requested change/addition or deletion will. affect the committed M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and create a material breach of contract may result in a determination of an irresponsible Offeror d barred from participating in City work for a period of time not less than one (1) year. A prized Signahug syrramro ge- g 'Fib �onhn6EQamniU(lisdierteat): _ ,k ktffi 1ra� CompanfName Address, �glL City/Sate/Zip � l*- 7l 71 ha 717 O Tekppone and/or Fax E=mailiAddeess ' Rev. 5/30/03 ATTACHMENT 1 B FORT Wo RTH Page 1 of 1 City of Fort Worth Prime Contractor Waiver Form PREKE COMANYAME: Cbeck applicable block to describe prime PROJECT NAME:: W/DBE NON-M/W/DBE � M/- ,gar ='- TE "IAOX67-11 '��- -?/ 4--:96 City's M/WBE Project Goal: / P E NUMBER / ff.f boft answers; to this form: are: YES;, dotnoteaamplete ATTiACE MNY 11C(Gixdi Eaittib Effort Form).,. Adli questions: orrtliis> form: must be completed and a detailed, explanation. providek if' applicablie:. If d= answer to either question is NO;. then, you, must._ Complete. ATTACHMENT IC. This form is only applicable if both answers are yes. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment theraefore and. any., pwpnsed changes to the originals NI/1 VB5(s) an, angemextta submitbd with, 7 this; bid.. The bidder, also, agrees to; allow; an audit, an, dIbr examioati+on of any bow. records and files, held, by' their company that will substantiate the actual work performed by the M/1NBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarrrrent from worse: for: a peded# of, not less than, three (,�j years andi for, initiating, actibm under Federal;, State: or: Local! laws caoncer hg; false: statements:. Any failiure- tr compiy withi ibis ordinanm creatas a, materiWl breaeh< of contract may result in a determination of an irresponsible offeror and barred from participating in City work for a p4n" time not less ar _one (1) year. - — — — — -- — — - ` Il rt iL AuTiorized Signahue Printed Signahrrc Title Contact Name (if different PJA AU Company Name Phone Number Fox Nrmtbar Addmss �EA,J bt �7919y6 Z2 ab City/3tatdzip Date Rev. 5130103 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH Joint Venture, Eligibilift Form All questions nwst be answered use "MV if appUcable. Name, of City., proj'ectz RFP/Bid/Purchasing Number. 1. Joint venture information: Joint Venture Name: Joint Venture Address: (if applicable) Telephone: Facsimile: E-mail address: Cellular. Identify the firms that comprise the joint venture: Please attach extra sheets ifa"twnd space is required to provide detarler-,=w1watiow ofmork to k Perfonwed by each &m comprising the low venture MIWBE firm I Non-NVWBE name: firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status; Name of Certifying Agency: 2. Scope of work performed by the Joint Venture: Describe the scope of work of the NVWBE: E-mail address Describe the scope of work of the non-NUWBE: Rev. 5/301103 Joint Venture Page 2 of 3 3 What. is; the percentage of AV" participation. on: this. joint venture that you- wish: to be counted toward meeting: the project goal!?' 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day4o-day management and decision malting of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating --------------------------------------------- b. Marketing and Sales -------------------------------------------- c. Hiring and Firing of management personnel --------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the M/ BE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's MNVBE Ordinance. Rev. 5/30//03 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local lawslordinances concerning false statements or willful misrepresentation of facts. Name ofM/WBE firm Name of non-M/WBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Sigadue of owner Printed Name of Owner Printed Name of Owner Sigature of Owner Sig aaam of Owner Title Title Date Date Notarization State of County of On this day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public rant Name Notary Public s Commission Expires Rev. 51301/03 FORT WORTH City of Fort Worth Good Faith Effort Form PRIME COMPANY NAME: s iS 1� e> PRO Cr NAME: �, j %7-oc m A/1 i1 �-1 kx,�s C.�6lti a-- City's M/WBE Project Goal:l PROJECT NUMBER ATTACHMENT 1C Page 1 of 3 Check applicable block to describe prime M/W/DBE I I NON-M/W/DBE Btl) DATE rr vJe--A 4,-"- If you Have failed to secure A WBE participation and you have subcontracting and/or supplier opportunities or if your DBE participation is less than the City's project goal, you must complete this form. If the bidder's method of compliance with the ?A WBE goal is based upon. demonstration of a "good faith effort", the bidder will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 6 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the bidder. Failure to complete this form, in its entirety with supporting documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity) for the completion of this: project„ regardless of whether it: is: to be provided by a AMBE: or noa-WVME. (DO NOT LIST NAMES: OF F) RMOw Combined. Projje .. list each: subcontracting and or supplier. opportnu ity through the 2a� tier. (Ilse attWoffatshee&s . f, f wecessmy) List of Subcontracting Opportunities List of Supplier Opportunities IIIAIZ-6- f -i �,Y V Rev. 06130/03 ATTACHMENT I Page 2 of 3 2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE subcontractors and/or suppliers from the CiWs NLI"E Office. ,Yes No Date of Listing 3.) Did you solicit bids from MlWBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes, attach M/WBE mail listing to include name of firm and address and a dated copy of letter mailed.) _24-N No 4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contact) No NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a.facsimile is used, attach the fax confirmation, which is to provide MIWBE name, date, time, fax number and documentation faxed. NOTE: If the list of MMIBEs for a particular subcontractingisupplier opportunity is ten (10) or less, the bidder must contact the entire list to be in compliance_ with questions 3 and 4. If the list of MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two- thirds (213) of the list within such area of opportunity, but not less_ than ten to be in compliance with questions 3 and 4.- 5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of plans and specifications in order to assist the M/WBEs? Yes No 6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the bidder will provide for confidential in -camera access to and inspection of any relevant documentation by City personnel. Please use additional sheets; ifneeesswT, and attach) Company Name Telephon Contact Person Scope of Work e — I - � , _ i ®A Reason for Rejection Rev. 05/30/03 ATTACHMENT 1 C Page 3 of 3 ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain M/WBE participation on this project. The bidder further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The bidder also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance and creates a material breach -of. contract may result in a determination of an irresponsible offeror and barred from participating in City work for a period of time not less than one (1) year. The undersigned certifies that the information provided and the M/WBE(s) listed wastwere co acted in g . h. It is understood that any M/WBE(s) listed in Attachment 1C will be on ted and t r ns for not using them will be verified by the City's M/WBE Office. n�� G \ Authorized Signature riot Signature T Contact Name and Title (if different) 4.6 !:�k/c_ -Va -*76o 7i7> J7"p-aba -7i'7Z) Company Name Phone Number' Fax Number Address Email Address y I.,-1,_9 ? BG City/State,Mp Date Rev. 05/30/03 Initial *1 2.4G STATEMENT OF RESIDENCY The following information is required by the City of Fort Worth in order to comply with provisions of state law, TEXAS GOVERNMENT CODE § 2252.001, State or Political Subdivision Contracts for Construction, Supplies, Services; Bids by Nonresident. Every bidder shall affirmatively state its principal place of business in its response to a bid invitation. Failure to provide the required information shall result in your bid being declared non- responsive. Bidders' cooperation in this regard will avoid costly time delays in the award of bids by the City of Fort Worth. For this reason, each bidder is encouraged to complete and return in duplicate, with its bid, the Statement of Residency Form, but in any event, the low bidder shall submit this information within five (5) business days after the date of receipt of notification of apparent low bidder status from the Purchasing Division of the Finance Department. Failure to provide all required information within this designated period shall result in the apparent low bidder being considered non -responsive, and the second low bidder being considered for award. TEXAS GOVERNMENT CODE § 2252.001 defines a Texas "resident bidder" as a bidder whose principal place of business* is in the state of Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in the state of Texas. TEXAS GOVERNMENT CODE § 2252.001 defines a "Nonresident bidder" as a bidder whose parent company or majority owner does not have its principal place of business* in the state of Texas. Bidder's complete company name: Sxv, L&R a —,if State your business address in the space provided below if you are a Texas Resident bidder: State your business address in the space provided below if you are a Nonresident bidder: I J F�- *The State Purchasing and General Services Commission defines Principal Place of Business as follows: Principal Place of Business in Texas [Weans, for any type of business entity recognized in the State of Texas, that the business entity o has at least one permanent office located within the State of Texas, from which business activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted, and o has at least one employee who work the Texas office Form prepared by:"�'�� Nam j�%/% Title V Date PROJECT. DEM 06-10: FWCAC 2-15 Initial 4 a 2.14, NONDISCRIMINATION All City contractors are required to comply with Chapter 17, "Human Relations," Article III, "Discrimination," Division 3, "Employment Practices," of the Code of the City of Fort Worth, prohibiting discrimination in employment practices. Proposer agrees that Proposer, its employees, officers, agents, contractors or subcontractors, have fully compiled with all provisions of such Ordinance, and that no employee, participant, applicant, contractor -or subcontractor has been discriminated against according to the terms of such Ordinance by Proposer, its employees, officers, agents, contractor or subcontractors herein. PROPOSER: Company Name .tllz> Address City, State, Zip BY: cif- t or type n f signatory) (Signature) ec2., Title (print or type) PROJECT. DEM 06-10: FWCAC 2-16 Initial — Kjt�p _ 2.12 PREVAILING WAGE: RATES. A Contractor selected for this project will be required to comply with TEXAS GOVERNMENT CODE, Chapter 2258,-with respect to payment.of Prevailing Wage Rates for public works contracts. The current wage scale for members of the Building and Construction trade immediately follows this page. A worker employed on a public work by or on behalf of the City of Fort Worth shall be paid not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. A worker is employed on a public work if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the City of Fort Worth. The contractor who is awarded a public work contract, or a subcontractor of the contractor, shall pay not less than the prevailing wage rates to a worker employed by it in the execution of the contract. A contractor or subcontractor who violates this requirement shall pay to the City of Fort Worth, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contracL This requirement does not prohibit the contractor or subcontractor from paying an employee an amount greater than the prevailing wage rate. The undersigned acknowledges the requirements of Chapter 2258 of the Texas Government Code, and intends to comply with same in the execution of this project. CONTRACTOR: S ISIL Z) ;,, 'u Leak Company Name ii to Leocaex - Address bee, A City, State, Zip BY: t or type a signatory) (Signature) 4zdgfL-- Title (print or bps) PROJECT: DEM 06-10: FWCAC 2-17 Initial Nd M Classifications Air Conditioning Mechanic �Air Conditioning Mechanic Helper coustic Ceiling Installer coustic Ceiling Installer Helper Bricklayer/Stone Mason lBriddayer/Stone Mason Helper +Carpenter Carpenter Helper Concrete Finisher Concrete Finisher Helper Concrete Form Builder Concrete Form Builder Helper Drywall Taper jDryrwall Taper Helper Electrician Journeyman (Electrician Helper lEeectronic Technician (Electronic Technician Helper Floor Layer (Carpet) Floor Layer (Resilient) Floor Layer Helper Glazier Glazier Helper Insulator (Pipe) Insulator Helper (Pipe) Laborer Common Laborer Skilled Lather Lather Helper Metal Building Assembler Metal Building Assembler Helper Painter Painter Helper jPipefitter jPipefitter Helper Plasterer Plasterer Helper lReinforcing Steel Setter Roofer Roofer Helper Sheet Metal Worker Sheet Metal Worker Helper City of Fort Worth Building & Construction Trades Prevailing Walle Rates For 2006 Hourly Rates ,�Ctasslfications Hourly Rates $17.55 Sheetrock Hanger $13.37 $10.74 'Sheetrock Hanger Helper $9.48 $14.26 Sprinkler System Installer $17.86 $10.53 Sprinkler System Installer Helper $13.33 $19.29 "Steel Worker Structural $16.20 $13.07 Steel Worker Structural Helper $11.71 $15.76 ,Welder $15.88 $11.69 Welder Helper $11.25 $14.29 $10.09 $12.16 $8.81 $13.25 $8.00 $19.79 1111-leavy Equipment Operators ' Hourly Rates Crane, Clamshell, Backhoe, $12.95 IlDerridc, Dragline, Shovel $16.07 $20.06 oForklift Operator $12.62 $12.27 lFoundation Drill Operator $17.55 $15.17 Front End Loader Operator $13.27 $15.94 "Truck Driver $12.66 $11.00 $14.35 $10.32 $15.05 $10.12 $9.21 $11.59 $15.94 $11.12 $14.29 $9.33 $12.86 $8.66 $18.22 $12.90 $16.16 $9.98 $13.00 $15.33 $10.24 $15.73 $10.53 Source is Fort Worth Chapter Associated General Contractors (www.Quoin.org) 3/15/2006 PROJECT: DEM 06-10: FWCAC 2-18 Initial ," a 2.13. INSURANCE CERTIFICATES: A successful Contractor will be required by the contract to have insurance coverage as detailed below: Contractor must provide Certificates .of Insurance in the amounts and for the coverages required to the Environmental Management Department, Administrative Offices, within 14 calendar days after Notice of Award. (a) Insurance coverage and limits: 1� Comrrxercial feneral Liability Insurance o $r,.0ao oameachkoccu�rrence o $2,000,000 aggregate 2:. Professional; Liability Insurance•. NOT APPUCABLE:. 3. Automobile Liabilitv Insurance — A. Coverage: on vef ibles. involved; in the work-, performed under° this; contract:. o $1,000,000 per accident on a combined single limit basis or. o $500,000 bodily injury each person; $500,000 bodily injury each accident;: and: $250 000, property, dar. age B. Uninsured/Underinsured Motorist: o $20,000 bodily injury each person; $40,000 bodily injury each accident; and$15,000 property damage each accident The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional insured on Endorsement TE 9901 or equivalent, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. 4. Worker's Compensation — o Coverage A. statutory limits o Coverage: R. S--=. Aft eau r accident. $5W,1, 0a disease-,-- policy/ limit $100,000 disease - each employee 5' ErrvimI nmental` Imam inent- U6!Jility (:E1U and/or Pollution: Uabilb. - $ZOOM,: , per occurrencae:, Eli.. coverage( ),, ,, ust be, included, ih policies: listed in subsections 1 and 2 above; or, such insurance shall be provided under separate policy(s). Liability for damage occurring while loading, UnIbading and dwul `nq matar,ials. calieicWd{ u nder dim w, &cz , , shall be' ihldOdWi under: th,' &Aur = , , obiliw li Wik ii+rs varici or-ot polleyfay,. 6. Asbestos Abatement Insurance - $2,000,000 each occurrence with no Sunset Clause. PROJECT: DEM 06-10: FWCAC 2-19 Initial tk (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. Applicable policies shall be endorsed to name the City an Additional Insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. 2. Certificate(s) of insurance shall document that insurance coverage specified according to items in section (a) above are provided under applicable policies documented thereon. 3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. 4. A minimum of thirty (30) days notice of cancellation or material change in Coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Contractor's insurance policies. Notice shall be sent to Brian Boemer, Director, Department of Environmental Management, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102. 5. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency. 6. Deductible limits, or setf-insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City. 7. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the City as respects the contract. 8. The City shall be entitled, upon its request and without incurring expense, to review the Contractor's insurance policies including endorsements thereto and, at the Citys discretion, the Contractor may be required to provide proof of insurance premium payments. 9. The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions. 10. The City shall not be responsible for the direct payment of any insurance premiums required by the contract It is understood that insurance cost is an allowable component of Contractor's overhead. 11. All insurance required in section (a) above, except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the City. PROJECT: DEM 06-10: FWCAC 2-20 Initial " 12. Subcontractors to the Contractor shall be required by the Contractor to maintain the same or reasonably equivalent insurance coverage as required for the Contractor. When subcontractors maintain insurance coverage, Contractor shall provide City with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a suboontractor's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by Contractor of the contract. FOR PURPOSES OF EVALUATING THIS REQUEST FOR PROPOSAL, PLEASE ATTACH A COPY OF YOUR CURRENT INSURANCE CERTIFICATE(S) FOLLOWING THIS PAGE" AND BOUND WITHIN: THE: PROPOSAL. PACKAGE. PROJECT. DEM 06-10: FWCAC 2-21 Initial I— 2-A4 PROVIDER.'S? QUALIFICATIONS and CAPABILITIES 2.14.1 Contractor's Qualifications and Capabilities: Briefly describe Contractors qualifications and capabilities include available equipment and capabilities to respond to emergencies as required. (Maximum 5 pages) Licenses And Certifications: Provide copies of necessary company licenses and certifications required to complete project. 2.14.2 Primary Prgfect Personal. Provide a resume of primary company personal that will be involved with the project if awarded. The personal should include Company Officer, Operations Manager, and On -site Supervisors. (Maximum 1 page per individual) Professional Licenses and Certifications: Provide a copy of required professional licenses and certifications for individuals that will be staffed on the project. 214.3. Contactlnfionmation: Provide contact information of -company personal' thatwill tie: involved'. withi the pray; inclUdd., Gain pany officer,, Oper as. 11Aanager,, and Qrksite: stipervisom- INCLUDE A 24-HOUR EMERGENCY RESPONCE NUMBER (On a separate sheet of paper) All requested documentation shall follow this page and be bound within the proposal PROJECT: DEM 06-10: FWCAC 2-22 EMERGENCY PHONE LIST SISK-ROBB INC. OFFICE PHONE 512-260-7171 FAX 512-260-7170 RICHARD ROBB MOBILE 512-964-7588 HOME 512-263-0739 JOHN BRIONES MOBILE 512-921-0927 HOME 512-352-8110 NORBERT PELTIER MOBILE 214-714-8777 HOME 972-444-8463 Rug 28 2006 3:25PM HP LRSERJET FAX S72-438-6745 p•J ,uy �r w w.:r� ronai u�w�-nvoo �ic�wy-o�vJ F1.L SISK-ROB INC011%)PORATED MMD REu=,+n0N*Mmwros Amm3m r*LErw &mmm a *Dmoun m SUPERVISOR LICENSE INFORMATION John Briones 80-2946 Fhmisco Orozco 80-4183 Jose Rodriguez 80-4429 Joe Roberts 80-3464 Gildarda Arias 90-4024 Max Noriep 80-3450 .., Greg Brooks 8 0-4610 Armando Fuentes 80-4607 Jumpy Staf wd 80-3790 r�r Fstebas Zimiga 80-4626 Jirrmmy Palacios 80-4338 Moises Ramos 80-4432 -� Alejandro A Acuna 80-4070 Norbert Peltier 80-2610 Jose Ramos 80-4454 Julio Vasquez 80-4682 M w 0 TEXAS DEPARTMENT OF STATE HEALTH SERVICES Be it 6mm that SISK-ROBB INC is certified to perform as a Asbestos Abatement Contractor in the State of Texas within the purview of Texas Occupations Code, chapter 1954, so long as this license is not suspended or revoked and is renewed according to the rules adopted by the Texas Board of Health. 11.anchez, kh Eduardo W.D., 9K.(P3f Commissioner of Mearth License Number. 800689 Effective (Date; 3 2006 Expiration (Date: 3/16/2008 ('VoidAfter EVriration (Date) VOID IF ALTERED Control Number. 91589 NON -TRANSFERABLE r t ell' �,' TEXAS DEPARTMENT OF STATE HEALTH SERVICES oe it flown that SISK ROBB INC is Cuensed to perform as a Mold Remedlation Company in the State of Texas and is hereby governed by the rights, privileges, and responsibilities set forth in YYtle 25, Texas Administrative Code, Chapter 295, relating to Texas Mold Assessment and Remediation Rules, as. tong as this license is not suspended or revoked. Eduardo•? ancfiez, 914.0., XcP.3f Commissioner of ifeafth License Number: RC00104 Effective Date: 2/15/2006 Eiq;iration Date: 2/15/2008 (WoidAfterT.�pimtion mate) VOID IF ALTERED Control Number: 4323 NON -TRANSFERABLE tf t ; A ipl -'� TEXAS DEPARTMENT OF STATE HEALTH SERVICES Be it known that SISK-ROBB INCORPORATED is certrfaed to perform as a Lead Firm in the State of 7e,.,Gs and is fiere6y governed 6y the tights, privileges and responsi6ifities set forth in Tbow Occupations Code, Chapter 19SS and rritle 25, T&WAdministrative Code, Chapter 29S relating to 7e7Gs Envivonmenta(Lead &ductior, as Cong as this license is not suspended or revo6d. ,` D Eduardo .. Sancti , 911.0., 911.T.M Commissioner of ifealifi. License Number: 2110193 Effective Oate: 3/17/2006 Egimtion Date: 3/17/2008 (VoidAfterEqimtion (Date) VOID IF ALTERED Control Number 5574 NON -TRANSFERABLE IN TEXAS DEPARTMENT OF STATE HEALTH SERVICES Be it k1town that SISK-ROBB INC is certified to perform as a Asbestos Transporter in the State of Texas within the purview of Texas: Occupations Code, chapter 1954, so long as this license is not suspended or revoked and is renewed according to the rules adopted by the Texas Board of Health. &D Sduardo 1J7.anchez, MO., MT..M Commissioner of 9Y'eafth License Number 400243 Effective Oate: 3/28/2006 EViration (Date. 3/27/2008 e;W.Xfter0pimtion Date) VOID IF ALTERED Control Number. 91598 NON -TRANSFERABLE JOHN BRIONES 2007 Lark Lane ♦ Taylor, Texas 76574 EXPERIENCE SUMMARY Sisk -Robb, Incorporated May 1, 2000 - Current Project Superintendent — ♦ Provide supervision of the total aspects of asbestos removal ♦ Provide supervision of the total aspects of lead removal ♦ Coordinates labor, equipment, and materials for each job. AAR, Incorporated April 1995 — April 2000 Project Superintendent — ♦ Provided supervision of the total aspects of asbestos removal ♦ Provided supervision of the total aspects of lead removal ♦ Coordinated labor, equipment, and materials for each job. Clark Tech, Inc. July 1992 — April 1995 Project Superintendent — ♦ Provided supervision of the total aspects of asbestos removal ♦ Provided supervision of the total aspects of lead removal Longhorn Environmental February 1991 — June 1992 Project Superintendent— ♦ Provided supervision of the total aspects of asbestos removal ♦ Provided supervision of the total aspects of lead removal EDUCA'ITON Thrall High School General Studies Continuing Education Certified AHERA and EPA Supervisor in Asbestos Abatement HUD and SSPC trained in Lead Remediation AHEM and EPA Air Monitoring Technician ------------------------- EW Ilr I'q. i. n _ jg; i is Qa •iw i tt iacsa e.ikm 9asS ;Rd'�!' is, aee ■�, �yi•S`r aa�n S'-�rak:3a 2: �� : 9F-'ca::�adiTii�� c r"a tau •airs a'. ,'�r !E? .e•...... �....:+•:,Cvi: .iy+:. :f.a� R.rwfealeeaf t! !a! )ii. �rii: i ia'Li 3a�r�^.���� �\.�. a ,■ a-. �.i °.�a��Ea.�gi i; .�ai °ir _i� i ti wl !ai I ZM f Zb tZV— I R SPIRA AMM lZRIACZ s�I ,rl Irt ipi '�, 1?) IYi i • iKi iaia�►PaYlPitimr� ir11 �L�afi� Fr\u i:,.. % ia.iir.w' �•+..aiir.r. r:._....:+r �.r�..+�i r9.u.��. �:�.� —__��_ _ iut ci'Tt"i.R'i A "f•:N�` .f J...."laL �`._,.a`nr_.+.. �..... ... ....�...�. . a..w.•vv.: =ice:'.: :..� i!ti�i! iNi lilt • �•r• • ::M� • :�Yr�v: :M/i YRi�i/IYt4! Ia {df if �l tai � Glit6h7 R•/�i�aR �}R R�iR!}i ���,� !jl` 1 rlf. 14; w f vccq V ! *.Plot Y![.:..i. _ !All i. IYI IIlltt PRE p��,■� Wif 32MI-% i- irI 19 iui , ■''�.:I" ■+"i' i 7_ i"' i lr�. A `:_ "F� r' is J'+ i� &A. e-h A i_a ZJ7 iui ��` 71 iai'` Sµ! iM1l c`,� a MAN Atj=—r��s w.%F1H i v �naxpl =TSI [ "Mir'" Ii ,/r/ iY 1Y� t14 tll 4') i f�i 1�t �•/y 4� Ya - &A. ' Yv ti !nti --73 L3 r` T— m Vr 1 C-2 l :K 1: � 1I M 3 tq—r JAVAL g l : I I F< '4 Ri IN11r !YI IT 6I6'& til) ,i rC �� i is it �. aJ Y.�L LYi�4P'LYtC 1[ i I:rt ti•i ibi rm Ini Iriai i tpt eM6rs �i4D`a!i► rl�d`��!'LS: 'rt�w4t�� S l !.I itli )al Fni MIS TRUC C v/N 'er' e•e►w% �� u! �Y1 L �•� _'"ores. \rLl�/�� �llr .Yll 1.1 f {1 F�F\' V+Y•41V /\\sI. �j1j tNl 1�! is t/4fi IYi tilt 1''.1 Ihyl �1!1 fkif iU! • IL � bpi - iai )c. 1MEN a.,+.M•IIFI.M., 4In.\.•!AL.'• N 1a • ylpwf �ea•►lw! rn fi:»� cMx aw �� •� �.b:a+oRi �. '-�. � wA_re a ' ya.aaiLaw as aY.Rii�/M�akw a --- _- w ialif+r :.a� _ � _ _ _ � _ -M w6.f. 1J t.NiY :�Jr..r n+it u J• ti•t Na:•v.\ q1 ?r�M .W.]1t.>A.ai! W !M 1.1• .J�II✓+i Jli. �[h Ha >t •:bimaA W'/ .iK f.V 1M �AiY Bs.11A a:Y,V: �Cf�aws.Y ��Y\Hu ..Vfil+..Y •I..m !O� V:a ""i e' - Yv✓ ,•1.a 4W .a -I •.4 trwr .. ...`- a. .... .___.. �._:: �•�� ..._.._._:_ r- _. .._. r _ N ., , �..0 � ,.yA: i 'F'.•. :.i.Fa---Svh's:: .w:•-S•.. i.%•".+--a.'+.Y.a �T�.:. .u._-m._-A _.� __ - W°�r`'� s,w wYwFwS� c•� P.r i�4ww w qvr ,`e - r.{� i-.. ..__. �... yr W. v.i Y3.►". i. r. r „^rr+.�-�. r �v�•�r� r �w �. �........+�w.re3., »r_._ 3w' � .....� ~-.nyw+�www:�..ar�a� .'v.::9nc��-w w-M+�rs�nevar�++rrv: i�r . '"-•3C'� L'i X w:`R ..: V_7 ?, t�•••..YSFA�te[ . Mlt=>;:, o_ jm r. aastt • .;, s is c mz i f-%;;�-- e r %€a a.:r-w: s^i ' vnolea.e ef�,Raot]e9nraeY.`+rsrwu amain Rmiaav:aa:►R�+':.+ati:csx.a.'�S Yus :eis.:S .i••;••-�. �•�- iinic wi.s6uD•�'L��aaaisiiu�as v. ..o n: c i4i 1.�,�, .. V ..eiF s%GF ... T'r`,A; ii�SP� CIF •sE�tRY�_ "!iVariea{••"+'.,.-f '�i++ " ic'L3I f-t� §7 R9 il`ViN4 '6fbi13 .CLf�Jbli!y� +"maid. i.we cai irir'ncva Y+wwF'eiE"'" .� _'1! .�F`� :wii3«.'.`'.ipa- - r v �;,.u,�15.:;: cw� '. 'wi.-• "! %�.i'm �'.{.ii"`s"L! p Sim ;a iia *i'�•t�lu,r?AM , 7Z",+.aRF �'�a8'r+' $7 1 .l3 lPk'7 i s aniia'i ,p5y a4 �aawiuirai:a - ___'•_'_ y' aa.a`iwic aa+ra. �. i.kww Yr IifcrrT.N iFWfiYMi.if Mr...-.R+wwu f.wrww rY_ w.. \ wr.r w wwwr�t 197 va i icl vyQy 71 V �?'} /1•u/Y�r �`- bv>•.Y adaJSNin �' wi eruaM:= ff %.;:ry+:n.o.i Sa"Ii:li2i% ���9 i !A1 tc _ JkY Jaus -.•enz.s`r1 ,E8{N6Yi'9Y�1e S9 4F9'724 9 d6. �" C:C9°!9�! Cl�l 3 up v -------�'—_....__.:.. war...-..r-„ --- �• "`r%'`--'� of State Rell L-- 19 49 Control Nw. 4WttI*rjC-,4 that: UL m 4r' RICHARD ROBB 3601 Normandy Ridge ♦ Austin, Texas 78738 EXPERIENCE SUMMARY ANINefMW l III 1.11 1 II I I I I 1 I I II IIII IIII II 1 I. I. 1 11111 I 1 11 .. 1 I I 1.6 11. 1. I. I. I 1 1 11. 1 .. . .. . Sisk -Robb, Incorporated — Remediation Contractor 2000 — Current Owner - ♦ Establishing and maintaining clientele ♦ Tracking all projects from contract signing through final billing ♦ Monitor job costs, productivity and manpower ♦ Handles invoicing, payroll and budgets ♦ Hiring all supervisors, estimators and office personnel AAR, Incorporated — Remediation Contractor December 1996 — Dec 1999 Vice -President - ♦ Managed all aspects of AAR, Inc. Austin/San Antonio Branch ♦ Hired field supervisors and workforce ♦ Established and maintained clientele ♦ Assisted other branches in finalizing bid estimates ♦ Established schedules and tracking projects from contract signing through final billing ♦ Monitored job costs, productivity and manpower Southwest Constructors, Inc. — Remediation Contractor August 1993 —November 1996 Sr. Project Manager - ♦ Estimated projects for asbestos, lead, and hazardous waste remediation. ♦ Developed and implemented programs for estimating job tracking ♦ Developed inventory control ♦ Handled the coordination of multi phase contracts with multiple sub -contractors Olmos Abatement, Inc. — Remediation Contractor January 1990 — August 1993 Project Manager — ♦ Managed supervisor and crews on multiple projects. ♦ Estimated projects for asbestos abatement and lead remediation. EDUCATION Austin Community College General Studies Continuing Education Certified AHERA and EPA Supervisor in Asbestos Abatement, HUD and SSPC trained in Lead Remediation, HAZMAT trained. w /i � � } Al %0\ ,�� : t.t1A. 1►1':�f�3G.�� '+k7vC:D: ^c r'�r Asbestos i', }^4,Sl.:d .' iva.'_ , . �` iCYlia. t etui\ak.elB�si w.wr sri'w.s�s4� ii.��.h�ik"+ii1a3E-iYS tS.t.7'>a"�'ef . MM:M4 ai 512414-":3 3�*� �;4,•n; tv:.i. i_astj asr�}�i�ci::iuiu ��• � wwj Mau J�`�.i •�V��-1L-Y�F��i t ¢4-��� f \^if!V _s w_ _ -_. -. l�. I..+ra _ r_+..-s !:•__-_ .`_i-:_cy Y_-.:T .��.t_ �_ �__¢-!__ Y��...ti. w- •___ r•---r+-._... ._...-_ c....�. c..q.y.__ ._.. _,...,�..:_...�._...��:1 �-...._ ¢ ' ♦ +• • t�__L '1�Y.� �_��r� �^�• _ �• � . _.__ -_:�!+ .ww�ua, +.w¢rra rr rr!' a urra !\� .-._ _ -.-. --- oll L y sv ..tiy±_ --_- ___ _ _• ..o u.y.. a _ _n _ w...wu+u..r+w..}w....u. • .. - r _ _ __ _ __ _ _ �� ... .. _ .. .... the raqub=o at for r dhest:-ray u st w phpld 's dbaidm WR- - - '� _ :f L � __ .arb¢..sa,�d. 7.r of¢:a h.cY! Llw sibLf IA 6B??RR LR�:iP.. NYlwLN A1'i}tTML+ J1A':[ wt14Ri9.:a li'tft TRl K niS!1;�Y`B fQ fY. 1k:GETA.� 'iiA>. nRwl/1�114#fLil¢>4�-� •-. an .wcr--•--usrw\nc •su.:a..�g'a,vw....¢w,1..A...�........,..,..�..,...........`o ........� ...w.....e. r.................................ti..} J 4f1!'YL'81l YVliiIIlWYff iitl i�Yiki.eN1+ YN1�YyMY:N wrwri� "'-. •' ,.�1Y.:�ur.e�Wu�:wu auu.a :r:wuia.t-.�ws aasw� Wiw►.�au. ii�:Gacu�v. itawei7itiimvi t-.10. aY}}./!.1 N%7 f77f 1111 f}R7 I1Ytl77►IIY.Mw* so Z= L-1 M E-7 1-1 OR :M TQ ANALYTICAL LABS Environmental Training Center 1503 RIDGEWAY CIRCLE BRECKENRIDGE TX. 1 254 725 6221 1 254 559 3665 Cross Plains (John) Breckenridge (Bob) L Approved in 1988 by the United States Environmental Protection Agency TSCA Title 11,with full approval from the Texas Department of StWhe Health Services. Texas Department of Health Training Pivwkfer Umirwe #04--0013 IC AR CERTIFICATE 453 29 4866 WOR t I! A S S55 S 5 t iiAa IN ve C M, L E T. - 43 a ice'! 15 VP Via.D- wr 121 Axn� W' A a E 'T' 0 a i z F R ea i E-, F. .3% CATE END DATF E "FIRATION, OAT, F- 1/2006 1 /61*2 0 0 7 'el—N 1 I r N 7P 0C 0. V B7 B y E •r,-- 77, r-, u _ . •�r!: T-,�XAS control No: 'Depo"tnt of 9 -5 2 Of Mate health Services * 4 =-'Department of State HealthStmees certifies that: X-Tis.D ROBr 6A.AM%"A0,-A ru toa rrasd1kI.=e -ems i „o iv - eti ., - NORBERT PELTIER I�218'il��� Touchdown Drive ♦ Irving, Tx 75063 EXPERIENCE SUMMARY _.. �I .W.. i.,. ....I.. , I I , '..- " ..i.- .. T.-I.ilVlllll I{LI..:.�i.i ��lli�.... Sisk -Robb, Incorporated — Remediation Contractor April 2006 — Current Project Manager — ♦ Estimate projects for lead, asbestos and hazardous waste remediation. ♦ Job scheduling and coordination of labor, materials and supplies. ♦ Monitor job costs, productivity and manpower. ♦ Handles invoicing, payroll and budgets. ♦ Hiring all supervisors, estimators and office personnel. ♦ Estimate projects for lead, asbestos and hazardous waste remediation. ♦ Job scheduling and coordination and hazardous waste remediation. ♦ Monitor all costs associated with projects. ♦ Manages operation of project according to regulatory agency guidelines. ♦ Coordinates all phases of projects including labor, sub -contractors, costing and materials. ENTACT, LLC. — Remediation Contractor February 2002 — February 2005 Division Manager — ♦ Hired supervisors, managed employees and temporary workers. ♦ Primary point of contact for civil, government, commercial projects. ♦ Tracked budgets on all abatement and demolition jobs. ♦ Wrote completion reports and close out documentation for all projects. ♦ Estimated costs and developed strategy for implementation for decommissioning of underground storage tanks. EDUCATION GEBCO Associates/University of North Texas • OSHA 40 Hour HAZWOPER Training • OSHA 8 Hour Annual Refresher • Asbestos Contractor/Supervisor • Asbestos Management Planner • Asbestos Project Designer • EPA AHERA/ASHARA Accreditation • Permit. Required Confined Space • Electrical Safety 9 'S Tr w� ,� k A, � ppp 4A �i L�(�11';.l�J �i '�51 �7. ,. �yi7i1+�>,r, I U N N N Uo y V) Q O U M LU O D! U- GEBCO ASSOCIATES in cooperation with THE UNIVERSITY OF NORTH TEXAS n certifies that Norbert L Peltier has successfully completed and passed the exam given on the final day for the Environmental Training Program entitled Asbestos Contractor/Supervisor Refresher Conducted at Hurst, Texas on May 23, 2005 r ,i This is an EPA fully approved course for purpose of accreditation under Section 206 of �r TSCA, Title 11. It covers topics listed in the NBSHAP training requirement of 40 CPR, i Pail 61, subpart M. president instructor tl Date of Issue: 05R3105 Reissued: 03129106 Certificate expires: 05123/20D6 ail Certificate Plumber 05174 2415 GESCO'a Training Programs are provided in 000peration with foderal and state regulelorp agencies, and fulfill all applicable mquirements for aocreditalion. GEBCO is licensed for Asbestos Training under the Texas Asbestos Health Protection Rules. jar GEBCO Associates, L.LC • 669 Airpon Froeway, Suite 210 • Hurst, TX 76053 ' (817) 268-4006 N a tz .4 M m m N L M r` co I GEBCO ASSOCIATES in cooperation with ' THE UNIVERSITY OF NORTH TEXAS certifies that Norbert L. Peltier has successfully completed and passed the exam given on the final day for the Environmental Training Program entitled Air Monitoring Technician Refresher Conducted at Htmt,.Texas on May 10, 2005 This 4 how course covers topics specified in the Texas Asbestos Health Protection rules of 26 October, 1992, §295.64 (g) & (i). Presbdent Instructor Date of Issue: 05110/05 Relssued: 03/Y9/06 Certificate expireb: 05/10/2006 Certificate Number: 05073 2415 GE13Cds Training Programs are provided in cooperation with federal and stele regulatory agencies, and fulfill all applicable requirements for accreditation. GEDCO is licensed fvr Asbestos Training under the Texas Asbestos Health Frolection Rules. GEBCO Associates, LLC " 669 Airport Freeway, Suite 210 ' Hurst, TX 76053 " (917) 268 40D6 i AWR YOUR SO.CIAL S-9CURITY CARD -Detach the card below and sign it in ink immediately. Do not laminate your card. Carry it in yourpurse or wallet. FROM : GEBCO Associates, LLC FAX NO. : 817-431-3534 Mar. 29 2006 04:32PM P3 N F CO AssocWW csr ifies t-W Norbert L Peltier 452-72-u1s V canplvbd pro Tema Cepwt mA ar SWOO s *Ppmvm oam en~ MONITORING iECHNICUW REFRESHER: O6J &W CCIV=O A NW 06073, iros arSe eGEBCO AsYA W93, U-C wy. Ste21a Phone: 817268-40060$$-3w FOX: 017-2824MG 0 FROM :GEBCO Associates, LLC FAX NO. :817-431-3534 Mar. 29 2006 04:33PM P4 GC8CO Associates cefifres that Norbert L Pettier 452-72-NIS has sv000:Oft MfiWA tea UW TMft DapW%W t d We Hest Smim approved owrsa w 00 AORESTOS COMPACTORIBUPERVEOR REFRESHER Date of amw: osr os _ Ceffmate No.: 06174 C&IIN40 Ow" da#A of CI*UM8 schodufs anybms 4twu7 mgobco owg GEBCO Associalift tL S89 AOM Pwy. Ste 210 Phone: 817-288-4005 Hw%t TX 7ti063 3• 002 RK 817-262.8888 EQUIPMENT LIST - owned by sm ♦ DECONTAMINATION UNrrs: 12 Advance Containment Systems — Pop-up Showers ♦ NEGATIVE AIR MACHIlVEs: 6 Abatement Technologies HEPA Air 2000 3 Force Air HEPA 2000 2 Red Barron Model 2000 70 Advance Containment Systems 2000 7 Advance Containment Systems 600 2 Advance Containment Systems 800 ♦ CoNTAINMENT MoNrromG EouwwNT: 9 Omni Guard II — Manometer 3 Alnor Model 5550 — Manometer 1 Omni Guard IV — Manometer ♦ WATER FILTERING SYSTEMS: 12 Advance Containment Systems — 2 Stage ♦ HEPA VACUUM: 10 Pullman Holt HEPA Vac 10 Critical Services HEPA Vac 8 Omega Vac — Back -pack Vac ♦ RESPIRATORS: 150 North — 7700 Series — Half Mask Respirator 75 MSA/3M — Full Face, Powered Air Respirator ♦ FLooR Buys: 1 Pullman -Holt 14 Inch 5 Pullman -Holt 18 Inch 1 Pullman -Holt 20 Inch ♦ SCAFOLDING/LADDERs: 124 Ladders OSHA approved 8-12 Feet 14 Bakers Scaffolding 8 Tower Scaffolding ♦ HEAvEY EoutpNw T 1 Case Skid Steer M#445 ♦ TRAILERS: 1 Enclosed 10 Foot Cargo 2 Enclosed 12 Foot Cargo 4 Enclosed 14 Foot Cargo 2 Enclosed 16 Foot Cargo 1 Heavy Equipment Hauler 16 Foot 1 Heavy Equipment Hauler 18 Foot ♦ DISC. EOUMMEW: 16 Airless Sprayers 6 MSA personal air monitors 1 Air Compressor 1 Miller Are Welder 3 Propane Cutting Torch 50 Full Charge OSHA Fire Extinguishers 2 6000 Watt Generator 1 15000 Watt Generator 7 GFI Panels 5 Pressure Washer 44 Wheel Barrows 10 Buggy Carts Power Tools Cordless Tools Initial qJ 2.15 PFDVIDER S EXPERI€NICE W,,ITH SIMILi4R PR-OJECTTS Brief description of projects with similar size, scope, and difficulties. Include work performed with the City of Fort Worth or other government projects. List of references including date of work, project name, project manager, and contact information including phone number. Please limit response to this section to 3 pages following this page in proposal documentation. PROJECT: DEM 06-10: FWCAC 2-23 ASBESTOS PROJECTS ♦ Scott & White— Vendor Lists, Asbestos Services, Temple, Texas 2001- Current Numerous asbestos abatement projects ranging from O & M work to full abatement activities. Work consists of asbestos drywall, flooring, ceiling file and piping removal. Owner: Scott & White Hospital Schulyn Huston (254) 7244084 Consultant: Environmental Concerns, Inc Ray Hogan (254) 772-2028 Project Amount: $ 1,000,000.00 + ♦ University of Texas at Austin - Austin, Tx 2004 - 2009 This project consists of the removal of asbestos containing materials campus wide, SRI has two supervisors and 10 workers on this project five days a week for the next five years. This service contract began in 2004 and consists of pipe insulation removal, sheetrock; floor tile and mastic, spray -on fire proofing, transite siding, lead based paint removal and some mold remediation Owner: University of Texas Kevin Alexander (512)471-7776 Consultant: Lone Star Environmental Project Amount: $ 1,000,000.00 + ♦ IBM Building Service Contract (Multiple Aeneas) — Austin, Texas 2001 - Current This project consists of the removal of carpet that is over asbestos containing mastic for the renovations of the office area. The majority of this work is in high security areas. Owner/Agent: Facility & Plant Services Dewayne Hamed (512) 821-2322 Project Amount: $ 400,000.00 + ♦ City of Austin — 5 Year Service Contract, Public Works and Transportation, Austin, Texas Current This service contract consists of the removal of asbestos floor tile, mastic, duct insulation, fireproofing drywall and other materials from multiple locations for the City of Austin. Consisting of city buildings, water treatment plants, parks and recreational facilities and city health centers Owner: Consultant:' Project Amount: City of Austin Darryl Haba (512)924-7205 BBC Terracon (512) 442-1122 $ 500,000.00 + ♦ Austin Energy — 5 Year Service Contract, Austin., Texas Current This service contract consists of the removal of asbestos floor tile, mastic, fire- proofing, drywall and roofing materials from multiple locations for Austin Energy. Consisting of Austin Energy buildings and electrical power plants. Owner; Austin Energy Linda Arredondo (512) 322-6274 Consultant: Project Amount: BBC Terracon (512)442-1122 ♦ Dallas Area Rapid Transit (DART) - Dallas, Tx $ 200,000.00 + 2004 - 2006 Ths contract consists of the removal of asbestos containing sheetrock (approx. 189,000st) and 431 windows from an apartment complex that DART purchased for expansion. Owner: Consultant: DART Transportation Maxim Technologies Rick Orr (214) 369-4395 Project Amount: $ 295,000.00 + Initial N J 2.16 PROVIDER'S SUB -CONTRACTOR'S 2.16.1 List of Subcontractors: Complete the following information and submit it with the Proposal to permit the City of Fort Worth to more fully evaluate the submittal's quality prior to awarding the contract. Subcontractor's Subcontractor's Subcontractor's Subcontractor's Proposed Tasks Name Address Telephone No. FAX Number on the Project L (o -&+off S70K Qa �, q 7J 5�� � a10 IF NECESSARY, PROVIDE MORE SHEETS TO DESCRIBE ADDITIONAL SUBCONTRACTORS. PROJECT: DEM 06-10: FWCAC 2-25 Initial rj 2.16.2 Sub -Contractor Qualifications and Experience: Give a brief description of each sub- contractors qualifications and experience in there particular area of use. (Please limit description to 1 page per sub -contractor) 2.16.3 Certificates and Licenses: Provide copies of all professional certificates and licenses required to perform necessary tasks related to contract. Provide copies after appropriate description. All requested documentation shall follow this page and bound within the proposal PROJECT: DEM 06-10: FWCAC 2-26 Waste Transit, Inc, August 22, 2006 To Whom it May Concern: B & B Write Transit, Inc. is a new fast growing company started in December 2002. Already B A B services the specialized waste needs of the majority of the metroplex asbestos and envirournental compaWcs z,nd other companies of Texas. located throughout the state B & B Wash xransit, Inc, has brand new trucks and equipment. We strive to give our customers the best service at the best price_ B. A B is IJI]B Certified and NCTRCA certified and is owned and operated by Amy Drew. We distinguish ourselves from other waste hauling com►panics by providing the following: • Prompt, Professional and Reliable Servicc. • The most Competitive prices in the market. • Transportation of other specialized wastes including class I and class 2 non- hazardous waste. • Simple invoicing with no additional or hidden costs. • Centrally located at Northwest Highway and 1-35. • Same day deliveries in most cases. • Seven days a week service for out Preferred Customers. Of ice Address: 1916 Bridgestone Dr. Corinth, TX 76210 Central Dispatch Address: 1216 Maryland Dr. Irving, TX Office Phone: 214-803-3184 Key Persomwel: Amy Drew - President Luis Montiel - Operations Manager Si cerely, _a__ .Aao�y Drew President B & B Waste Transit, Inc. 1916 Bridgestone Drive * Col kth, Texas 76210 * tel: 214-803-3194 08/28/2006 11:31 "U4yrnbn10 August 28, 2006 Sisk -Robb Re: Waste Hauling To Whom It May Concern: Sisk Robb, and Narbert "Cuz" Peltier, have used B&B Waste Transit, Inc. for waste hauling since 2003. B&B Waste Transit, Inc. is woman owned and operated and both HUB certified and NCTRCA certified. Si cerely, Amy Drew President/Owner 214-803-2294 1916 Bridgestone Dtive * Coxinth, Tc=,, 76210 * tel: 214-803-3184 * &= 940-498-MO Bell Anderson P. O. Box 740052 Dallas Texas 75374-0052 972-527-2257 BellAnderson l0@GMAIL.COM Date: August 24, 2006 To: Whom it may concern From: Texas.H. Ashraf General Manager Subject: Joint Venture with SRI This is to certify that Bell Anderson is a registered and certified MBE company (Minority Business Enterprise) by North Central Texas Regional Certification Agency. Our MBE certification number is: IMMB28705Y0906. Some of the companies we have been working with'are ARAMSCO, ENTACT, Mercury Services, DISD, AMS. SRI has not only invited us to work with it but also encouraged our participation on some projects as a joint venture. We very much appreciate companies like SRI that are so fair, so caring, so promoting of small businesses like Bell Anderson and so helping to small enterprises such as Bell Anderson, who otherwise may not be able to stay in business if it was not because of the true business enterprise like spirit of the companies such as SRI, ARAMSCO, Mercury Services and AMS. We very strongly feel that companies such as these are the very reason small enterprises such as Bell Anderson is in business. I wish to say plenty more about SRI, ARAMSCO and the rest but the best I can is that we are not only thank for the support of these companies but also appreciate their help, support and opportunity to work with them. The encouragement of the companies like SRI, ARAMSCO, Mercury Services makes a world's difference in the existence of small businesses such as Bell Anderson. We just cann't thank and appreciate these companies enough. Bell Anderson looks forward to working with these companies as a joint venture and providing the customers with P-A-C-T; Problem solving abilities, Ability, Attitude & Appearance, Communication & Compassion, Teamwork. By joining SRI, ARAMSCO, Mercury Services & AMS, it is our goal to provide our prospective customers with A UNIQUE, UNPRECEDENTED AND SAVVY CUSTOMER SERVICE. Thank you, Texas H. Ashraf General Manager DEPARTMENT OF STATE HEALTH SERVICES BE IT KNOWN THAT B & B WASTE TRANSIT INC is licensed and mduvized to perfann as an Asbestos Transporter r• t, �.t. in the State of Texas within the purview o.7' �n :prde, chapter 1954, so long as this license is not sus ended or revoked and is renewed . r�� t���rul`0 ' • r�, the Texas Board of Health. P � p Y ` J +'• �f'+ •f•' k t �t^:'�" 1y Rid:%,�, �•.' ir•J z. �': _'y4'�•�.:t. 'ta''t,• �C'll 100327 `� �'+�i!�ti4it t u�,:2;..,y::�P.�.);' •f_� 1 Licari Numbs '';f : i• t.f. ° .}. ,� v: ,kt'.�, a:'. ;.._';:'� ?y�_��1�"• t' Todd F.wiggler,F.B. ��1/M4�0p5� : , w, �'tr ., •* : , Chief AbeamPirogama Branch 'iiL:',� 1t. �� '' f ti ! . I S: ,• '. '� 1 y !rr'tY'. ry r' •�:..� Um Data :� ,. a: x' > ` :, '�: a, J = rK&,f :..:,,r j s Toxin Subsumm Control Division .,.•, ` .,••tit;.. is �;•• •>r: •, • ;�.!•:}..,:,rat . • �} } �Iy1�••h .ti .,;' Ind' :l' s,e. t1}`:' EapiratioaDate '#fi !;; 'ny: .Lr.; ��, ,,ts :, :h. • • ;�. y. � :, { > ,>' •- Bc!<ardo J. 9anabes, M.D., M.P.H. This cartificate is void after mii 'ditc ?.- `� : '';.� "- � ' ',� r Commiesiam of 1:lukh �,�r z:; �=TRANSFERABLE S o Initial NAP 2:.17" CONTRACTOR."Si LEGAL.AND COMPLIANCE. HISTOR'1(: Contractor's legal and compliance history is a critical component of . this Request For Proposals. Read this section with care and respond accordingly. Failure of the Contractor to provide all the information requested and to certify the report, will result in the Contractor's submittal being declared non -responsive. Contractor shall' attache a writtenx repert of legal: action brought against Contrractor;. Contractor's, officers,, Conbactor'e employees,, AND Contractce+s� proposed= subeontracto s relatina to the protection of the environment. The temps "legal action" and "relating to the protection of the environment" are defined below. The report shall include all legal action brought within five (5) years of the closing date of this Request for Proposals. The report shall detail the substance, status, and outcome of such legal action. This includes without limitation the names of the agency and/or persons bringing the action, all relevant dates, and all fines, judgments, and/or settlements. Include the following information for each case at a minimum: • Style of Case ( X vs. Y) Settlement Information (as appropriate) • Cause Number Names / Addresses of all parties named • Court Counsel List and phone numbers • Date of Disposition • Judgment and Order of Judgment "LEGAL ACTION" means:. ANY enforcement: action. lay the United States, Er virnnmentai Pratectiim Agency; the Ocx upationaf Safety, and; Health Adininistration� 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 Heafth) . and any, other, state: agency,. commission: or dope,1619MA, whether Ins 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, relatino to the protection of the environment: In: this context,. enfu: *.dnt. actiiarr stiall; the li { is without limitation, written warnings,.. notices of violation„ consent: orders: or, agreenrients,, aompliance: orders, administrative hearings, civil litigation and criminal prosecution. Legal action also means any civil litigation brought by any person relatina to the protection of the environment "RELATING TO THE PROTECTION OF THE ENVIRONMENT" means: requirements pertaining to the manufacture, processing, distribution, use, handling, storage, transportation, reporting, records keeping, permitting, licensing, treatment, .disposal, emission, discharge, spill, release, or threatened release of hazardous materials, hazardous substances, hazardous. wastes, toxic substances, petroleum, industrial waste, solid waste, pollutants or contaminants into or onto the air, surface water, drinking water, groundwater, storm water, publicly owned treatment works, or land. THE REPORT SHALL BE SIGNED AND CERTIFIED by an authorized representative of the Contractor, using the form on the following page. The top portion of the form is to be completed if a report of legal action is attached. The botl3om portion of the form is to be completed if Contractor has no legal action to report. Make certain that the appropriate portion of the form is filled out and signed. PROJECT: DEM 06-10: FWCAC 2 27 Initial N I--i AN AUTHORIZED REPRESENTATIVE OF THE CONTRACTOR shall mean: (1) 9 the Contractor is a corporation: the president, secretary, or treasurer, or a vice president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision -making functions for the corporation; (2) K the Contractor is a partnership, a general partner, and (3) If the Contractor is a sole proprietorship, the sole proprietor. INCLUDE A COPY OF THE REPORT OF LEGAL ACTION FOLLOWING THE CERTIFICATION PAGE AND BOUND WITHIN THE PROPOSAL PROJECT: DEM 06-10: FWCAC 2-28 Initial Certification of Contractor's Legal and Compliance History Complete ONE of the Following Certifications: Certification of Legal Action Report I certify under penalty of law that the attached Legal Action Report detailing Contractor's, Contractor's officers, Contractor's employees, and Contractor's proposed subcontractors legal and compliance history relating to the protection of the environment was prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. CONTRACTOR: !J ! (CornPanY ) BY: (signature) ik (tide) Cerifflicadon of NO Legal Action (print or type name of signatory) (date) t certify under penalty of law that the legal and compliance history of Contractor, Contractor's officers, Contractor's employees, and Contractor's proposed subcontractors was researched under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, I hereby certify that no legal action relating to the protection of the environment was brought against Contractor, Contractor's officers, Contractor's employees, or Contractor's proposed subcontractors within the preceding five years. To the best of my knowledge and belief, this statement is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. CONTRACTOR: S 1 S K -c13 mpany Name) ire) (me) 7rlac C-4Ab. o-isi3 (print or type name of signatory) 8-al- 04,0 (date) PROJECT: DEM 06-10: FWCAC 2-29 Initial VJ L4' 2:.1$ PROVIDER'S; LICENSES &CERTIFICATES Contractor shall procure all permits and licenses, pay all charges, costs, and fees, and give all notices necessary and incident to the due and lawful prosecution of the work, except for TDSHS notification and fees as specified in Section 2A.7 of this Request for proposal. The undersigned acknowledges the requirements of this section, and intends to comply with same in the execution of this project. CONTRACTOR: S %s K-i2bW1b Ma <— Company Name 11;% O Lep,"be L �0'rZ- Address LEAa-A> e , i X -18W �a City, State, Zip tignatrutre) type me f signatory) PZZ!5 i t3W\ Title (print or type) PROJECT. DEM 06-10: FWCAC 2-30 Initial UP 2139 ADDITIONAL DOCI MENTS: UPON AWARDY OF CONTRACT If we are a successful Contractor to this proposal, we agree to submit the following documentation, as applicable for our portion of the contract, to the City of Fort Worth upon award of the contract: — Health and Safety Plan — Lock -Out / Tag -Out Plan Procedures — Respirator Program Hazard Communication Program CONTRACTOR: BY: , tc llo Company Name(prin r type nam of s natory) t 1 I o Address (Signature) -of 0 City, State, Zip Title (print or type) PLEASE DO NOT ATTACH COPIES OF THESE DOCUMENTS TO YOUR PROPOSAL PROJECT: DEM 06-10: FWCAC 2-31 3.0 TECHNICAL SPECIFICATIONS 3.1 General Saecifcations & Proiect Scope: Furnish all equipment, labor, materials, superintendence, power and water as necessary, and any other items or services necessary to perform the removal of asbestos -containing materials (ACM) from the Fort Worth Community Arts Center, at 1309 Montgomery Avenue, Fort Worth, Texas, as detailed in this Scope of Work and the Specifications; for the transportation of said ACM to a proper waste disposal faa"lity for disposal. This project is to be a*phased project. ACM is being removed prior to the demolition of the current HVAC system and the construction of the new HVAC system. To expedite overall project activities, the awarded vendor shall be kept under contract for abatement worts throughout the demolition and the construction of the HVAC system. The contractor will be required to perform scheduled abatements and if necessary emergency abatements pertaining to the project and should have the capability to respond immediately if necessary. 2.4.1 Removal &AsbestmThe scope of work includes removal and disposal of the following asbestos -containing or asbestos -contaminated materials utilizing wet methods within full, negative pressure containment equipped with HEPA ventilation from specified areas of the Community Arts Center. All removed materials are to be disposed of as � Vy material. A8 debris generated from removal is to be domed of as ad.".4-contairiing vim. The following materials are to be moved from the specified areas. (See Attached Asbestos Specffications) 1. A,�,w , ; ately 4,346 linear fleet of Mastic on Thermal System Insulation (YSI) pipe rums located mahout burkfrng. 2. Approximately 175 hard pack fitting located throughout the building. 3. Approximately SW square fleet of Mastic of Boiler Material located on the balers in the Art Mine, Basement 4. App , 4.., timwI4 255 square feet of ter toile and associated nuodiie located in the Art Museum basement and main floor. 5. Approximately square beet of shreeba* with ACM joint compound or surface texture k ated t wou g hout the Art Museum basement and non floor W cob* Wd well "WAWW_ S. Approximately 180 square feet of transite located on exterior coating tower. 7. App � :, 1, w � 4 270 square fed of plaster cep low in the Art Museum, upper floor nadtanaud mom. 8. Approximately 750 square feet of ceiling file with button mastic located in the Performing Arts Main Floor Additional Specifications: • All materials are to be removed while equipment is operational unless, specifically approved by City of Fort Worth, Project Manager. The FWCAC has 3 chillers and two boilers in operation. During abatement, activities two chillers and their controls must be kept out of the containment area at all times for operational control. For example while abatement is being performed on chiller A, museum maintenance personal must be able to access the chillers and their controls without entering the containment area or regulated area. Access to museum and office areas will be limited to off-peak hours or periods. • Upon completion of ACM removal in each area, the removal area must be prepared so that those areas may be finished out and constructed without disturbance of ACM. • All access openings created through abatement activities shall be covered with an access door approved by the City of Fort Worth, Project Manager. Compliance With Laws: All worn must be conducted m coWhaoce with the most recent revisions of applicable federal, state, ad local laws, and the regulations established by the EPA, TDSHS, OSHA, TCEQ DOT, TXDOT, the Teas Railroad Commission, the City of Foci Wodh and any other entity that may have jurisdiction over work being performed. City's Tasks: The City of Fort Worth will provide the following for this project: • TDSHS notification preparation and revision; • Payment of TDSHS notification fees; and • Contracting with asbestos consultant for asbestos oversight and project management duties. Claims for additional compensation due to variations between conditions actually encountered in the project and as indicated in the Contract Documents will not be allowed. The only exception is if the Contractor can clearly show why the variation was not identifiable prior to executing the Contract. Initial_ 3.0 TECHNICAL SPECIFICATIONS 3.1 General Specifications & Project Scone: Fumish all equipment, labor, materials, superintendence, power and water as necessary, and any other items or services necessary to perform the removal of asbestos -containing materials (ACM) from the Fort Worth Community Arts Center, at 1309 Montgomery Avenue, Fort Worth, Texas, as detailed in this Scope of Work and the Specifications; for the transportation of said ACM to a proper waste disposal facility for disposal. This project is to be a phased project. ACM is being removed prior to the demolition of the current HVAC system and the construction of the new HVAC system. To expedite overall project activities, the awarded vendor shall be kept under contract for abatement work throughout the demolition and the construction of the HVAC system. The contractor will be required to perform scheduled abatements and if necessary emergency abatements pertaining to the project and should have the capability to respond immediately if necessary. 2.4.1 Removal of Asbestos: The scope of work includes removal and disposal of the following asbestos -containing or asbestos -contaminated materials utilizing wet methods within full, negative pressure containment equipped with HEPA ventilation from specified areas of the Community Arts Center. All removed materials are to be disposed of as asbestos -containing material. All debris generated from removal is to be disposed of as asbestos -containing waste. The following materials are to be removed from the specified areas. (See Attached Asbestos Specifications) 1. Approximately 3,500 linear feet of Mastic on Thermal System Insulation (TSI) pipe runs located throughout building. 2. Approximately 175 hard pack fitting located throughout the building. 3. Approximately 550 square feet of Mastic of Boiler Material located on the boilers in the Art Museum, Basement. 4. Approximately 415 square feet of floor file and associated mastic located in the Art Museum basement and the Performing Arts upper floor. 5. Approximately 90 square feet of sheetrock joint compound located in the women's restroom in the Art Museum basement. 6. Approximately 180 square feet of transite located on exterior cooling tower. 7. Approximately 270 square feet of plaster ceiling located in the Art Museum, upper floor mechanical room. PROJECT: DEM 06-10: FWCAC Initial "a Additional Specifications: • All materials are to be removed while equipment is operational unless, specifically approved by City of Fort Worth, Project Manager. • The FWCAC has 3 chillers and two boilers in operation. During abatement, activities two chillers and their controls must be kept out of the containment area at all times for operational control. For example while abatement is being performed on chiller A, museum maintenance personal must be able to access the chillers and their controls without entering the containment area or regulated area. • Access to museum and office areas will be limited to off-peak hours or periods. • Upon completion of ACM removal in each area, the removal area must be prepared so that those areas may be finished out and constructed without disturbance of ACM. • All access openings created through abatement activities shall be covered with an access door approved by the City of Fort Worth, Project Manager. Compliance With Laws. All work must be conducted in compliance with the most recent revisions of applicable federal, state, and local laws, and the regulations established by the EPA, TDSHS, OSHA, TCEQ, DOT, TXDOT, the Texas Railroad Commission, the City of Fort Worth and any other entity that may have jurisdiction over work being performed. CiVs Tasks: The City of Fort Worth will provide the'fohowing for this project: • TDSHS notification preparation and revision; • Payment of TDSHS notification fees; and • Contracting with asbestos consultant for asbestos oversight and project management duties. Claims for additional compensation due to variations between conditions actually encountered in the project and as indicated in the Contract Documents will not be allowed. The only exception is if the Contractor can dearly show why the variation was not identifiable prior to executing the Contract. PROJECT: DEM 06-10: FWCAC Initial A)a 12, Asbestos Soecificatiom (See atta-ched.. Specftaigdna for'Asbestoa A -hate m- ent) PROJECT: DEM 06-10: FWCAC Industrial Hygiene and Safety Technology, Inc. 2235 Keller Way Carrollton, TX 75006 Phone: (972) 478-7415 Fax: (972) 478-7615 http://www.ihst.com Leaders in Quality, Service and Innovation 61 SPECIFICATIONS FOR ASBESTOS ABATEMENT Prepared for. Mr. Chris Breitling City of Fort Worth Texas 1000 Throckmorton Street Fort Worth, Texas 76102 Project. - Fort Worth Community Arts Center 1309 Montgomery Fort Worth, Texas DATE: August 28, 2006 Specifications Prepared by: Tracy K. Bramlett, CIH, CSP TDSHS LICENSE #10-5040 Expiration: 12/31/06 Prepared by. Industrial Hygiene & Safety Technology, Inc. 2235 Keller Way Carrollton, Texas 75006 972-478-7415 TABLE OF CONTENTS Asbestos Abatement Specifications Fort Worth Community Arts Center 1309 Montgomery Fort Worth, Texas Front Entrance 1.1. SUMMARY OF THE WORK..............................................................................................................................I 1.1.1. CONTRACT DOCUMENTS AND RELATED REQUIREMENTS: ....................................................... I 1.1.2. EXTENT OF WORK: .................................................................................................................................. I 1.1.4. CONTRACTORS USE OF PREMISES: .......................................................... ................... 3 1.2. DIFFERING SITE CONDITIONS: ............................................................................... .......... 4 1.3. STOP ASBESTOS REMOVAL: ...........................................................................................................................4 1.4. CODES AND REGULATIONS: ...........................................................................................................................4 1.4.1. GENERAL APPLICABILITY OF CODES, REGULATIONS AND STANDARDS: ............................. 4 1.4.2. CONTRACTOR RESPONSIBILITY: ........................................................................................................ 4 1.4.3. STATE REQUIREMENTS: ......................................................................................................................... 5 1.4.4. LOCAL REQUIREMENTS: ........................................................................................................................ 5 1.4.5. NOTICES: .................................................................................................................................................... 5 1.4.6. PERMITS: .................................................................................................................................................... 5 1.4.8. POSTING AND FILING OF REGULATIONS: ........................................................................................ 6 1.5. PROJECT COORDINATION%.............................................................................................................................6 1.5.1. PERSONNEL: ..................................................................................................6 ........................................... 1.6. RESPIRATORY PROTECTION: ......................................................................................................................... 6, 1.6.1. GENERAL:...................................................................................................................................................6 1.6.2. RESPIRATORS FOR ABATEMENT OPERATIONS: ........................................................................... 6 1.7. WORKER PROTECTION: ................................................................................................................................... 7 1.7.1. TRAINING PRIOR TO ENGAGING IN ABATEMENT WORK: ............................................................ 7 1.7.2. MEDICAL EXAMINATIONS: ..................................................................................................................... 7 1.7.3. PROTECTIVE CLOTHING: .............................................7 .......................................................................... 1.7.4. ENTERING AND EXITING PROCEDURES: .......................................................................................... 7 1.7.5. DECONTAMINATION PROCEDURES: .................................................................................................. 7 1.7.6. LIMITATIONS WITHIN WORK AREA: .................................................................................................... 9 1.8. DECONTAMINATION FACILITIES: ............................................ 1.8.1. DESCRIPTION: ........................................................................................................................................... 9 1.8.2. GENERAL REQUIREMENTS: ........................................................................................................ .......... 9 1.8.3. TEMPORARY UTILITIES TO PDF AND EDF:.......................................................................................9 1.8.4. PERSONNEL DECONTAMINATION FACILITIES (PDF):................................. ...........9 1.8.5. EQUIPMENT DECONTAMINATION FACILITIES(EDF):..................................................................10 1.8.6. EDF-DECONTAMINATION PROCEDURES: ........................................................................................ 11 1.9. NEGATIVE PRESSURE FILTRATION SYSTEMS: ........................................................................................ 11 1.9.2. PRESSURE DIFFERENTIAL: ................................................................................................................. 11 1.9.3. MONITORING: .......................................................................................................................................... 12 1.9.4. TESTING THE SYSTEM: ........................................................................................................................ 12 1.9.5. DEMONSTRATION OF NEGATIVE AIR SYSTEM OPERATION: ................................................... 12 1.9.6. USE OF SYSTEM DURING ABATEMENT OPERATIONS: .............................................................. 12 1.9.7. DISMANTLING THE SYSTEM: .............................................................................................................. 12 1.10. CONTAINMENT BARRIERS AND COVERINGS OF WORK AREA: ......................................................... 13 19 1.10.1. ............................................................ GENERAL: ...................................................................................13 11 an ' 1.10.2. PREPARATION PRIOR TO SEALING OFF: ..................................................................................... 13 1.10.3. CONTROL ACCESS TO WORK AREA: ............................................................................................. 13 _ 1.10.4. CRITICAL BARRIERS: .......................................................................................................................... 13 1.10.5. PRIMARY BARRIERS: .......................................................................................................................... 13 OWN 1.10.6. EXTENSION OF WORK AREA ..................................................................... ......................................14 1.10.7. SECONDARY BARRIERS: ................................................................................................................... 14 _ 1.11. MONITORING, INSPECTION AND TESTING: ............................................................................................ 14 1.11.1. GENERAL: ..................................................................................................... 14 .......................................... 1.11.2. OUTLINE SCOPE OF SERVICES OF THE OWNER'S CONSULTANT: ...................................... 15 1.11.3. MONITORING, INSPECTION AND TESTING BY ABATEMENT CONTRACTOR: ..................... 16 1.11.4. ANALYSIS: ...........................................................................................................................16 ................... PART2 - EXECUTION..............................................................................................................................................17 2.1. PREABATEMENT ACTIVITIES: ..................................................................................................................... 17 — 2.1.1. PREABATEMENT MEETING: ................................................................................................................ 17 2.1.2. PREABATEMENT INSPECTION AND PREPARATIONS: ................................................................ 17 2.1.3. PREABATEMENT CONSTRUCTION AND OPERATIONS: .............................................................. 18 2.2. REMOVAL OF ACM AND ACE: ...................................................................................................................... 18 2.2.1. WETTING MATERIALS: .......................................................................................................................... 18 2.2.2. SITE PREPARATION: ............................................................................................................................. 18 2.2.3. PERSONAL PROTECTION: .......................................................................:......................................19 2.2.4. THERMAL SYSTEM INSULATION: ....................................................................................................... 19 2.2.5 WALL AND CEILING TEXTURE.............................................................................................................21 2.3. DISPOSAL OF ACM AND ACE WASTE MATERIAL: ............................................................................. .... 24 2.3.1. GENERAL: ................................................................................................................................................. 24 _ 2.3.2. PROCEDURES: ........................................................................................................................................ 24 2.4. PROJECT DECONTAMINATION: ................................................................................................................... 25 2.4.1. GENERAL: ................................................................................................................................................. 25 2.4.2. WORK AREA CLEARANCE: .............................................................................................................25 2.4.3. WORK DESCRIPTION: ........................................................................................................................... 25 2.4.4. PR&DECONTAMINATION CONDITIONS: .........................................................................................25 2.4.5. FIRST CLEANING: ........................... .....................................................................................................25 2.4.6. SECOND CLEANING: ................. .....................................................................................................25 2.4.7. PRE -CLEARANCE INSPECTION AND TESTING:.............................................................................26 2.4.8. LOCK -BACK ENCAPSULATION: .......................................................................................................... 26 "® 2.5. FINAL AIR CLEARANCE TESTING ......................... 2.5.1. GENERAL: ................................................................................................................................................. 26 - 2.5.2. FINAL TESTING: ...................................................................................................................................... 26 2.5.3. FINAL TESTING PROCEDURES: ......................................................................................................... 26 2.5.4. SCHEDULE OF AIR SAMPLES WITH PCM:.......................................................................................27 2.5.5. LABORATORY TESTING FOR PCM:...................................................................................................27 2.5.7. FINAL AIR TESTING REQUIREMENTS: ............................................................................................. 28 2.6. ABATEMENT CLOSEOUT AND CERTIFICATE OF COMPLIANCE: ......................................................... 28 2.6.1. COMPLETION OF ABATEMENT WORK: ............................................................................................ 28 2.6.2. CERTIFICATE OF COMPLETION BY CONTRACTORS: .................................................................. 28 AppendixA............................................................:................................................................................................29 Attachments...........................................................................................................................................................29 CERTIFICATE OF COMPLETION.......................................................................................................................1 CERTIFICATE OF WORKER'S ACKNOWLEDGMENT...................................................................................2 ATTACHMENT#2....................................................................................................................:.............................2 AppendixB...............................................................................................................................................................3 Appendix A: Attachments Appendix B: Specification Drawings Appendix C: Texas Department of State Health Services Notifications ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 1.1. SUMMARY OF THE WORK 1.1.1. CONTRACT DOCUMENTS AND RELATED REQUIREMENTS: General provisions of the contract, including general and supplementary conditions, apply to the work of this section. The contract documents show the work of the contract and related re- quirements and conditions impacting the project. Related requirements and conditions include applicable codes and regulations, notices and permits, existing site conditions and restrictions on use of the site, requirements for partial owner occupancy during work, coordination with other work and phasing of work. Whenever there is a conflict or overlap of the above refer- ences, the more stringent provisions apply. 1.1.2. EXTENT OF WORK: A brief summary of the extent of the work and non -binding to the contract documents is as fol- lows: BASE BID: Removal and disposal of asbestos -containing materials . (ACM) and asbestos -contaminated elements (ACE) utilizing wet methods within full, negative -pressure containments equipped with HEPA ventilation from specified areas of the Community Arts Center. The following asbestos - containing materials (ACM) will be removed at the property where applicable. I Mastic TSI on Pipe Runs Sheetrock joint compound I Mastic TSI on Pipe Runs Mastic TSI on Pipe Runs Mastic TSI on Pipe Runs Mastic TSI on Pipe Runs Hard Pack Fittings Sheetrock Joint Com- pound Cooling Towers Boiler Floor Tile and Mastic Floor Tile and Mastic Plaster Ceiling Ceiling Tile with Button Mastic rr� Art Museum, Main Floor Art Museum, Main Floor, walls and ceiling around air handler Art Museum, Upper Floor Performing Arts, Sub -basement Performing Arts, Basement Performing Arts, Basement Mech. Room Performing Arts, Main Floor Throughout Building Women's restroom in basement of Art Mu- seum and associated walls (see drawing) Southwest Comer of Building Art Museum, Basement Art Museum, Basement Art Museum by room 144 main floor Art Museum, upper floor mech. Room and associated hallway Performing Arts, Main floor, Rehearsal Room # 2 ?04, _1K. 10-5040 Expires 12/31/06 10% Chrysotile 2,700 LF 10% Chrysotile 50 LF 2% Chrysotile 150 SF 10% Chrysotile 450 LF 10% Chrysotile 105 LF 10% Chrysotile 380 LF 411 LF 10% Chrysotile 220 LF 2% Amosite 175 each 445 SF Assumed 180 SF 65% Chrysotile 550 SF 2% Chrysotile 165 SF 2% Chrysotile 90 SF 10% Chrysotile 270 SF 2% Chrysotile 750 SF IHST Project #17097 Page 1 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) The insulation on all hot water supply and return and the chill water supply and return will be removed as well as all hard pack fittings on the lines to be abated. The ceiling tile in Rehearsal room # 2 will be removed by the Asbestos Abatement Contractor. The Work Area will be inclusive of the locations and the quantities noted above, in the attached drawings, and as directed by a representative of IHST. The Work may be broken down into multiple Work Areas at the discretion of the Contractor. However, the Contractor will receive no additional time to perform the work on the basis of having multiple Work Areas and associated Cleaning Sequences. The Contractor will be responsible for the removal and disposal of the asbestos -containing ma- terial and asbestos -contaminated materials in accordance with Texas Department of State Health Services (TDSHS), OSHA 29 CFR 1926.1101, Asbestos Hazard Emergency Response Act (AHERA) 40 CFR Part 763, and the National Emission Standards for Hazardous Air Pollut- ants (NESHAP) Regulations 40 CFR Part 61. The CONTRACTOR shall be responsible for verifying existing site conditions and determining the quantity of ACM delineated for removal prior to abatement described in these specifications and associated drawings. 1.1.3. TASKS: The work, located at the facility, is summarized briefly as follows: The PROJECT requires the removal of the materials outlined in Section 1.1.2. The asbestos abatement will be performed in accordance with these specifications and procedures as out- lined. Asbestos Removal Within Full Containment: The Contractor will use wet methods for all re- moval operations. The Contractor is responsible for prompt clean-up and disposal of waste and debris contaminated with asbestos in leak tight containers. The Contractor will conduct a wet decontamination of equipment and tools before final clearance sampling in the work area. The Contractor will use the existing interior walls and ceilings in the buildings to provide struc- tural support for an asbestos containment work area provided the containment remains sound and is not in danger of collapse. The Contractor should make every effort not to damage the in- terior walls of the building during the project. The Contractor will establish critical barriers over all openings into the work area. ACM debris should be adequately wetted prior to establishing perimeter critical barriers. The Contractor will remove the asbestos -containing material from the work area. A glove bag may be used in lieu of a full containment in some areas. The Contractor will coordinate with the City of Fort Worth Texas regarding the phasing and scheduling for the project. K lj Expires 12-31-06 10-5040 IHST Project #17097 Page 2 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) The full containment design must be structurally sound so that it will not collapse under negative pressure and work conditions. A structurally unsound containment design will not be ac- cepted. The full containment design will consist of one (1) layer of 6-mil polyethylene sheeting for all critical barriers, floors and walls. Two layers of polyethylene sheeting will be required on walls and floors not affected by the abatement Polyethylene sheeting shall meet the require- ments in accordance with current TDSHS rules. The Contractor must establish negative air into the containment and maintain a pressure differential of -0.02 inches of water as indicated by a working manometer. The following requirements must be followed in areas where a pressure differential of -0.02 ,., inches of water cannot be established: • A negative pressure enclosure (NPE) must be used where the configuration of the work area does not make erection of a full containment enclosure feasible. • The negative pressure enclosure may be of any configuration. • At least 4 air changes per hour are to be maintained in the NPE. • The NPE must be kept under negative pressure throughout the period of its use. • Air movement must be directed away from employees performing work within the enclo- sure, and toward a HEPA filtration system. • A competent person must supervise all work and be licensed in Texas, as an asbestos supervisor. After the ACM has been removed and the work area cleaned, a detailed visual clearance in- spection will be conducted to determine if ACM or asbestos -contaminated elements (ACE) re- main prior to final clearance and work completion. OSHA personnel and area monitoring will be conducted with analysis by (PCM). Final air clearance sampling will be conducted utilizing PCM. Respiratory protection will require half -face, air -purifying respirators (APR) with NIOSH- approved P-100 (HEPA) cartridges during removal. The CONTRACTOR is responsible to verify site conditions and estimated quantities of ACM to be removed. 1.1.4. CONTRACTORS USE OF PREMISES: Cooperate fully with the Owners Representative to minimize conflicts and to facilitate Owner's safe and smooth usage of buildings. Perform the work in accordance with specifications, draw- ings, and phasing plan. Use existing facilities in building strictly within the limits shown in contract documents and the approved pre -abatement plan of action. Asbestos Abatement Specification Drawings show the limits of containment, the placement of the decontamination facilities for people and for equip- ment, the temporary location of bagged waste material and the path of transportation of con- taminated waste to the outside from the regulated area. Variations from the arrangements shown on drawings will be secured in writing from the Owners Representative through the pre - abatement plan of action. K 10-5040 Expires 12-31-06 IHST Project #17097 Page 3 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 1.2. DIFFERING SITE CONDITIONS: The quantities and location of ACM indicated on the drawings and the extent of work included in this section are only best estimates which can be limited by the physical constraints imposed by structural enclosures or by occupancy of the building. Accordingly,, minor variations (+ 10%) in quantities of ACM within the limits of containment for each abatement stage are considered as having no impact on contract price and time of this contract. Locations of same type of ACM dif- ferent than indicated on drawings but within the limits of the work area are considered as having no impact on contract price and time of this contract. Where additional asbestos abatement work is required beyond the above variations, the contract price and time will be adjusted under provisions of applicable clause in the contract. 1.3. STOP ASBESTOS REMOVAL: If the Owner's Representative presents a written Stop Asbestos Removal Order, immediately stop all asbestos removal and initiate fiber reduction activities. Do not resume asbestos removal until authorized in writing by Owner's Representative. A Stop Asbestos Removal Order will be issued at any time the Owner or Owner's Representative determines abatement conditions are not within specifications requirements. Stoppage will continue until conditions have been cor- rected. Standby time and cost required for corrective action is at Contractor's expense. The occurrence of the following events will be reported in writing to the Owner's Representative and will require the Contractor to automatically stop asbestos removal and initiate fiber reduction ac- tivities: A. Excessive airborne fibers outside containment area (0.01 f/cc or greater). B. Break in containment barriers. C. Loss of negative air pressure (at or above 0.01 inches of water) D. Serious injury within the containment area. E. Fire and safety emergency F. Respiratory system failure. G. Power failure. H. Excessive airborne fibers inside containment area (0.1 f/cc or greater when wet methods are employed). 1.4. CODES AND REGULATIONS: 1.4.1. GENERAL APPLICABILITY OF CODES, REGULATIONS AND STANDARDS: Except to the extent that more explicit or more stringent requirements are written directly into the contract documents, all applicable codes, regulations, and standards have the same force and effect (and are made a part of the contract documents by reference) as if copied directly into the contract documents, or as if published copies are bound herewith. 1.4.2. CONTRACTOR RESPONSIBILITY: The Asbestos Abatement Contractor will assume full responsibility and liability for the compli- ance with all applicable federal, state, and local regulations pertaining to work practices, hauling and disposal of ACM and ACE, and protection of workers, visitors to the site, and persons oc- cupying areas adjacent to the site. Contractor is responsible for providing medical examinations IHST Project #17097 Page 4 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) and maintaining medical records of personnel as required by the applicable federal, state, and local regulations. Contractor will hold the Owner and Consultants harmless for failure to comply with any applicable work, hauling, disposal, safety, health. or other on the part of himself, his employees, or his subcontractors. Contractor incurs all costs to comply with OSHA regulations. The Abatement Contractor will determine the applicability of any process patents he/she may be employing and be responsible for paying any fees, royalties or licenses that may be required for the use of patented processes. 1.4.3. STATE REQUIREMENTS: State requirements which govern asbestos abatement work or hauling and disposal of asbestos waste materials include but are not limited to the following: Texas Department of State Health Services, Texas Asbestos Health Protection Act, as amended, Chapter 1954, Texas Occupations Code, effective June 1, 2003, formerly Texas Civil Statutes, Article 4477-3a. 1.4.4. LOCAL REQUIREMENTS: The Contractor is responsible to comply with all applicable local requirements regarding asbes- tos abatement activities. 1.4.5. NOTICES: STATE OF TEXAS, TEXAS DEPARTMENT OF STATE HEALTH SERVICES Send Written Notification as required by the State of Texas,Texas Asbestos Health Protection Act, as amended, Chapter 1954, Texas Occupations Code, effective June 1, 2003, formerly Texas Civil Statutes, Article 4477-3a. Send at least 10 working days prior to asbestos abate- ment activities to the following address: Texas Department of State Health Services Toxic Substances Control Division Asbestos Programs Branch P.O. Box 143538 Austin, Texas 78714-3538 512-834-6600 or 1-800-572-5548 The notifications must be completely filled out. In the event that a section is not applicable to the project, the section must be marked as not applicable. Copies of the Texas Department of State Health Services and other notifications will be submit- ted to the Owner for the facility's records in the same time frame that notification is given to EPA, state, and local authorities. In the event of a change in the starting date the Contractor will notify regulatory agencies in accordance with the Texas Department of State Health Services (Texas Civil Statutes, Article 4477-3a, Section 12) asbestos regulations. 1.4.6. PERMITS: The Contractor will be responsible for any permits. IHST Project #17097 Page 5 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 1.4.7. LICENSES: Maintain current licenses as required by the Texas Department of State Health Services Rules as adopted under Texas Civil Statutes, Article 4477-3a, Section 12 for the removal, transporting, disposal or other regulated activity relative to the work of this contract. 1.4.8. POSTING AND FILING OF REGULATIONS: Maintain two (2) copies of applicable federal, state and location regulations. Post one copy of each at the job site where workers will have ready, easy and daily exposure to the text. Keep on file in Contractor's office one copy of each. 1.6. PROJECT COORDINATION: Minimum administrative and supervisory requirements necessary for coordination of work on the project are personnel, contingency arrangements and security. 1.5.1. PERSONNEL: Administrative and Supervisory Personnel: will consist of a qualified general superintendent, and appropriate number of qualified or competent foremen to complete abatement within con- tract time. Non -Supervisory Personnel: An adequate number of qualified personnel will be able to meet the schedule requirements of the project. Laborers employed for abatement throughout the pro- ject will meet the minimum qualifications criteria described in paragraph 3 below. Personnel employed in this abatement work will be pre -approved by the Owner's representative. Submit a request for approval for any person intended to be employed in the project with name, social security, qualifications, "Certificate of Worker's Acknowledgment' (Attachment #2). Submit to the Owner's Representative documentation indicating worker registration in accordance with Texas Department of State Health Services rules and regulations. 1.6. RESPIRATORY PROTECTION: 1.6.1. GENERAL: Provide respiratory protection in accordance with these specifications, the OSHA regulations 29 CFR 1910.1001, 29 CFR 1910.134 and 29 CFR 1926.1101, EPA regulations 40 CFR 763.120, 121, ANSI standards Z88.2-1980, CGS Pamphlet G-7 and specification G-7.1, the NIOSH and MSHA standards and the Texas Department of State Health Services Protection Rules. In case of conflict, the most stringent requirements are applicable for this project. 1.6.2. RESPIRATORS FOR ABATEMENT OPERATIONS: Where a person is or could reasonably be expected to be exposed during abatement operations to airborne asbestos above 0.1 f/cc or where ACM debris is visible, the following maximum level of respiratory protection is required: If it is reasonably anticipated that fiber counts generated during abatement will not exceed the protection factor of a half -face respirator, and this can be verified IHST Project #17097 Page 6 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) by on -site fiber counts, a half -face respirator may be used. If verification cannot be made, a full face PAPR must be used. Exemptions from maximum respiratory protection during abatement operations: When the abatement contractor has demonstrated to the. Owner's satisfaction that levels of airborne as- bestos fibers in the work area are consistently below 0.1 f/cc, a full facepiece or half face respi- rator with HEPA cartridges may be used. The Certified Industrial Hygienist will determine if a lesser form of respiratory protection may be used. 1.7. WORKER PROTECTION: 1.7.1. TRAINING PRIOR TO ENGAGING IN ABATEMENT WORK. Train workers in accordance with OSHA 29 CFR 1926.1101 and the Texas Asbestos Health Protection Rules and this section. Workers will be trained and be knowledgeable on the follow- ing topics: Methods of recognizing ACM; health effects of asbestos exposure; effects of smok- ing and asbestos exposure; activities that could result in hazardous exposures; protective con- trols, practices and procedures to minimize exposure including engineering controls, work prac- tices, respirators, housekeeping procedures, hygiene facilities, protective clothing, decontamina- tion procedures, emergency procedures and waste transportation and disposal; review OSHA 29 CFR 1910.134 for respirators; medical surveillance program; review OSHA 29 CFR 1926.1101, and for air monitoring, personnel and area; review this section of the project specifi- cations. 1.7.2. MEDICAL EXAMINATIONS: Provide medical examinations for all workers and any other employee entering the work area per OSHA 29 CFR 1926.1101 regardless of exposure levels. 1.7.3. PROTECTIVE CLOTHING: Provide boots, safety glasses and gloves for all workers. Equipment will meet OSHA require- ments for personal protection. Provide all persons entering the work area with disposable full body coveralls, disposable head covers and rubber boots. 1.7.4. ENTERING AND EXITING PROCEDURES Provide worker protection per most stringent applicable requirements. Provide as a minimum the following: Ensure that each time workers enter the work area, they remove all street clothes in the chang- ing room of the personnel decontamination unit and put on new disposable coveralls, new head covers, and clean respirators, then proceed through shower room to equipment room, and put on work boots. 1.7.5. DECONTAMINATION PROCEDURES: Require all workers to adhere to the following personal decontamination procedures whenever they leave the work area of a full decontamination unit: IHST Project #17097 Page 7 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) Three -stage Wet Decontamination: Require that all workers use the following decontamination procedure as a minimum require- ment whenever leaving the work area: 1. When exiting work area, remove disposable coveralls, and all other clothes disposable head covers, and disposable footwear covers or boots in the equipment room. 2. Still wearing respirators, and completely naked proceed to showers. Showering is man- datory. Care must be taken to follow reasonable procedures in removing the respirator to avoid asbestos fibers while showering. The following procedure is required as a minimum: a. Thoroughly wet body including hair and face. If using a Powered Air -Purifying Respi- rator (PAPR) hold blower unit above head to keep canisters dry. b. With respirator still in place thoroughly wash body, hair, respirator face piece, and all parts of the respirator except the blower unit and battery pack on a PAPR. Pay par- ticular attention to clean seal between face and respirator and under straps. c. Take a deep breath, hold it and/or exhale slowly, completely wet hair, face, and respi- rator. While still holding breath, remove respirator and hold it away from face before starting to breath. 3. Carefully wash facepiece of respirator inside and out. If using PAPR, shut down in the following sequence, first cap inlets to filter cartridges, then turn off blower unit (this se- quence will help keep debris which has collected on the inlet side of filter from dislodging and contaminating the outside of the unit). Thoroughly wash blower unit and hoses. Carefully wash battery pack with wet rag. Be extremely cautions of getting water in bat- tery pack as this will short out and destroy battery. 4. Shower completely with soap and water. Rinse thoroughly. 5. Rinse shower room walls and floor prior to exit. 6. Proceed from shower to Changing Room and change into street clothes or into new dis- posable work items. Air Purifying -Negative Pressure Respirators: Require that all workers use the following decontamination procedure as a minimum require- ment whenever leaving the work area with a full face cartridge type respirator. 1. When exiting area, remove disposable coveralls, and all other clothes disposable head - covers, and disposable footwear covers or boots in the equipment room. 2. Still wearing respirators and completely naked, proceed to showers. Showering is man- datory. Care must be taken to follow reasonable procedures in removing the respirator and filters to avoid asbestos filters while showering. The following procedure is required as a minimum: a. Thoroughly wet body from neck down. Wet hair as thoroughly as possible without wetting the respirator filter if using an air purifying type respirator. b. Take a deep breath, hold it and/or exhale slowly, complete wetting of hair, thoroughly wetting face, respirator and filter (air purifying respirator). While still holding breath, remove respirator and hold it away from face before starting to breath. 3. Dispose of wet filters from air purifying respirator. 4. Carefully wash facepiece of respirator inside and out. 5. Shower completely with soap and water. Rinse thoroughly. 6. Rinse shower room walls and floor prior to exit. IHST Project #17097 Page 8 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 7. Proceed from shower to Changing Room and change into street clothes or into new disposable work items. 1.7.6. LIMITATIONS WITHIN WORK AREA: Ensure that workers do not eat, drink, smoke, chew gum or tobacco, or in any way break the protection of the respiratory protection system in the work area. 1.8. DECONTAMINATION FACILITIES: 1.8.1. DESCRIPTION: Provide each work area with separate personnel decontamination facility (PDF) and equipment decontamination facility (EDF). Ensure that the PDF is the only means of ingress and egress for the work area and that all equipment, bagged waste material and other material exit the work area only through the EDF or the PDF. 1.8.2. GENERAL REQUIREMENTS: All persons entering and exiting the work area will follow the entry and exit procedures required by the applicable regulations and these specifications. Process all equipment and material exit- ing the work area through the EDF or PDF and decontaminate as required by the specifications. Construct walls and ceilings of PDF and EDF airtight with at least 6 mil polyethylene sheeting and attach to existing building components or to a temporary framework. The EDF and PDF may be combined if the size of the work area will not permit both. Use a minimum of two layers of 6-mil opaque polyethylene to cover floor under PDF. Construct doors from overlapping polyethylene sheets so that they overlap adjacent surfaces. Weight sheets at bottom so that they quickly close after release. Put arrows on sheets showing direc- tion of overlap and travel. 1.8.3. TEMPORARY UTILITIES TO PDFAND EDF: Provide temporary water service connection to the PDF and the EDF. Provide backflow protec- tion at the point of connection to the Owner's system. Hot water may be secured from the building hot water system if authorized in writing by the Owner or Owner's Representative and provided that backflow protection will be installed at the point of connection. Water supply must be properly pressured and temperature balanced at shower discharge. Provide adequate temporary electric power with ground fault protection and overhead wiring throughout the PDF and the EDF. Provide a sub -panel for all temporary power in changing room. Provide adequate lighting to reach 50 foot candles throughout PDF and EDF. Provide temporary heat to maintain 70OF throughout the PDF and EDF except that the shower of the PDF will be maintained at 75°F. 1.8.4. PERSONNEL DECONTAMINATION FACILITIES (PDFJ: IHST Project #17097 Page 9 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) Provide a PDF consisting of serial arrangement of clean room, showers room and equipment room. Provide adequately sized PDF to accommodate the number of employees scheduled for the project. The center chamber of the three chamber PDF will be fitted with as many portable walk through shower stalls as necessary so that all employees will be able to go through the en- tire decontamination procedure within 15 minutes. Construct PDF of opaque or colored polyeth- ylene for privacy. Construct PDF so that it will not allow for parallel routes of exit without show- ering. Clean Room of PDF: The clean room of the PDF must be physically and visually separated from the rest of the building for the purpose of worker changing into protective clothing or dressing into street clothing. Construct using two layers of 6-mil, minimum thickness, polyethylene sheet- ing to provide an airtight room. Provide a minimum of two (2), three -feet (T) wide flapped door- ways constructed from sheet polyethylene. One doorway will be from the outside and one from the shower. Maintain floor of this room dry and clean at all times. Do not allow overflow from shower into this room. Damp wipe all surfaces twice after each shift change with a disinfectant solution. Provide in this room adequate supply of disposable bath towels and disposable pro- tective clothing. Provide one (1) storage locker per employee, benches for employees to sit on and all other components, as indicated on the drawings. Provide a portable Type "ABC' fire ex- tinguisher in this room as per NFPA Standard 10. Require all persons to remove all street clothes in this room dress in disposable protective clothes, and respiratory protection equip- ment. Ensure that any person entering this room will do so either from the outside with street clothes or from the showers completely naked and thoroughly washed. If a female is required to enter or exit the work area make all necessary provisions to ensure her privacy throughout the decontamination process by posting guards at both entry points of the PDF so that no male will enter or exit during her stay in the PDF. Shower Room of PDF: The showers room of the PDF provides a completely water tight opera- tional compartment to be used for transit of all persons entering the work area from the chang- ing room, or for showering by all persons headed out of the work area after undressing in the equipment room. Construct each stall and shower walls so that water running down the walls will drip into the pan. Install a freely -draining smooth raised floor on top of shower pan. Sepa- rate this room from the rest of the building and the adjacent tool and changing rooms with air tight walls fabricated of a minimum of two layers of 6-mil polyethylene. Provide splash proof en- trances to changing and equipment rooms with two doors arranged as follows: Equipment Room of PDF: The equipment room of the PDF provides a completely airtight com- partment to be used to store work equipment, reusable footwear and warm clothing and as a transit and change station. Separate this room from the work area by a minimum three -feet (T) wide flap door of 6-mil polyethylene sheeting. Separate this room from the shower room, the work area and other rooms with airtight walls and ceiling constructed of a minimum of two (2) layers of 6-mil polyethylene sheeting. 1.8.5. EQUIPMENT DECONTAMINATION FACILITIES (EDI,: Provide an EDF consisting of a serial arrangement of wash room, holding room and clean room for removal of equipment and material from work area. Do not allow entry or exit of people through EDF for other than emergencies. Clean debris and residue from inside EDF on a daily basis. Wipe down or hose down all surfaces after each shift and clean shower pan from debris. Wash Down Station: Provide an enclosed shower unit located in work area just outside Wash Room as an equipment, bag and container cleaning station. IHST Project #17097 Page 10 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) Wash Room: Provide wash room for cleaning of bagged or containerized asbestos -containing waste materials passed from the work area. Construct wash room of rigid framing and polyeth- ylene sheeting, at least 6-mil in thickness. Locate room so that packaged materials, after being wiped clean can be passed to the Holding Room. Separate this room from the work area by a single flap of 6-mil polyethylene sheeting. Holding Room: Provide Holding Room as a drop location for bagged asbestos -containing mate- rials passed from the Wash Room. Construct Holding Room of rigid framing and polyethylene sheeting, at least 6-mil in thickness and located so that bagged materials cannot be passed from the Wash Room through the Holding Room to the Clean Room. Separate this room from the adjacent rooms by double flaps fabricated from +/- 1/16" thick single ply rubber roofing ma- terial either EPDM (ethylene propylene diene monomer) or Neoprene. Clean Room: Provide a clean room to isolate the Holding Room from the building exterior. Construct Clean Room of rigid framing and two (2) layers of polyethylene sheeting, at least 6-mil in thickness and located to provide access to the Holding Room from the building exterior. Separate this room from the exterior by a single flap of 6-mil polyethylene sheeting. 1.8.6. EDF-DECONTAMINATION PROCEDURES: At washdown station, thoroughly wet -clean contaminated equipment and/or sealed polyethylene bags and pass into wash room. When passing equipment and/or containers into the wash room, close all doorways of the EDF, other than the doorway between the washdown station and the wash room. Keep all outside personnel clear of the EDF. Once inside the washroom, wet -clean the bags and/or equipment. When cleaning is complete pass items into Holding Room. Close all doorways except the doorway between the holding room and the clean room. Workers from the building exterior will enter Holding Room area and remove decontaminated equipment and/or containers for disposal. Require these workers to wear full protective clothing and appropriate respiratory protection. At no time is a worker from an uncontaminated area al- lowed to enter the enclosure when a removal worker is inside. 1.9. NEGATIVE PRESSURE FILTRATION SYSTEMS: The Asbestos Abatement Contractor will provide enough HEPA-filtered negative air units to completely exchange the work air four (4) times per hour. Contractor will demonstrate the num- ber of units needed per work area for 4 room air changes by calculating the volume flow rate (cfm) delivered by each unit under 2" pressure drop across filters. Provide at least one standby unit in the event of a machine failure or emergency such as contamination in surrounding non - work area. When a pressure differential system is selected provide enough HEPA filtration units to filter and recirculate the air in the work area at a rate of four (4) room air changes per hour. 1.9.2. PRESSURE DIFFERENTIAL: Provide a fully operational negative air system within the work area continuously maintaining a pressure differential across work area enclosures of -0.02 inches of water. Demonstrate to the Owner's Representative the pressure differential by use of a pressure differential meter or a manometer, before disturbance of any asbestos containing materials. This pressure differential will be used for either negative air system or pressure differential system. IHST Project #17097 Page 11 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 1.9.3. MONITORING: Continuously monitor and record the pressure differential between the work area and the build- ing outside of the work area with a monitoring device incorporating a strip chart recorder. Make the strip chart record part of the project log. 1.9.4. TESTING THE SYSTEM. Test negative -pressure system before any ACM is wetted or removed. After the work area has been prepared, the decontamination facility set up, and the exhaust unit(s) installed, start the unit(s) (one at a time). Demonstrate operation and testing of negative -pressure system to the. Owner's Representative. 1.9.5. DEMONSTRATION OF NEGATIVE AIR SYSTEM OPERATION: Demonstrate the operation of the negative -pressure system to the Owner's Representative to include, but not be limited to, the following: 1. Demonstrate pressure differential system will maintain -0.02" of water. 2. Emergency shutoff will operate in case of fire. 1.9.6. USE OF SYSTEM DURING ABATEMENT OPERATIONS: Start exhaust units before beginning work (before any ACM is disturbed). After abatement work has begun, run units continuously to maintain a constant negative -pressure until decontamina- tion of the work area is complete. Do not turn off units at the end of the work shift or when abatement operations temporarily stop. Do not shut down negative air system during abatement operations procedures, unless author- ized by the Owner's Representative in writing. Start abatement work at a location farthest from the exhaust units and proceed toward them. If an electric power failure occurs, immediately stop all removal work and do not resume until power is restored and all exhaust units are operating again. At completion of abatement work, allow exhaust units to run as specified under this section, to remove airborne fibers that may have been generated during abatement work and cleanup and to purge the work area with clean makeup air. Units may be required to run after decontamina- tion, if dry or only partially wetted asbestos material was encountered during any abatement work. 1.9.7. DISMANTLING THE SYSTEM: When a final inspection and the results of the final air tests indicate that the area has been de- contaminated, exhaust units may be removed from the work area. Before removal from the work area, remove and properly dispose of pre -filters, and seal intake to the machine with 6-mil polyethylene to prevent environmental contamination from the pre -filters. IHST Project #17097 Page 12 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 1.10. CONTAINMENT BARRIERS AND COVERINGS OF WORK AREA: 1.10.1. GENERAL: Seal off perimeter of work area to completely isolate abatement areas and to contain all air- borne asbestos contamination created by abatement work. Cover all surfaces of the work area to protect them from cross contamination, to facilitate more efficient cleanup, and to protect the finishes from the asbestos abatement work. Should the area beyond the seal off limits become contaminated as a consequence of the work, clean those areas in accordance with procedures described in this section at no additional cost. 1.10.2. PREPARATION PRIOR TO SEALING OFF. Place all tools, staging, etc. necessary for the work in the area to be isolated prior to erection of temporary plastic sheeting enclosure. Disable ventilating systems or any other system bringing air into or out of the work area. Disable system utilizing positive means that will prevent acci- dental premature restarting of equipment, i.e., disconnecting wires, removing circuit breakers, lockable switch, etc. 1.10.3. CONTROL ACCESS TO WORKAREA: Permit access to the work area only through the PDF. All other means of access will be closed off and sealed and warning signs displayed on the clean side of the sealed access. Where the work area is immediately adjacent to or within view of occupied areas, provide a visual barrier of opaque polyethylene sheeting at least 6-mil in thickness so that the work procedures are not visible to building occupants. Where the area adjacent to the work area is accessible to the public, construct a barrier of plywood or other suitable material at least eight feet (8') in height that is able to withstand the negative pressure as specified. Post warning signs at each visual and physical barrier per OSHA requirements. Alternate method of containing the work area or different definition of the limits of seal -off from the one shown on the drawings may be submitted to the Owner's Representative for approval in accor- dance with this section. Do not proceed with any such alternatives without prior written approval by the Owner's. 1.10.4. CRITICAL BARRIERS: Completely separate the work area from other portions of the building, and the outside by sheet polyethylene barriers at least 6 mil in thickness and sealing with duct tape. Individually seal all ventilation openings (supply and exhaust), lighting fixtures, doorways, windows, and other open- ings into the work area with duct tape alone and with polyethylene sheeting at least 6-mil in thickness, taped securely in place with duct tape. Maintain seal until all work including project decontamination is completed. Take care in sealing off lighting fixtures to avoid melting or burn- ing of sheeting. Provide sheet plastic barriers at least 6-mil in thickness as required to com- pletely seal openings from the work area into adjacent areas. Seal the perimeter of all sheet plastic barriers with duct tape or spray cement. 1.10.5. PRIMARY BARRIERS: The primary barrier of the full containment walls will consist of a minimum of Primary barriers for full containment shall consist of two (2) layers of minimum 4-mil polyethylene sheeting for the IHST Project #17097 Page 13 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) walls securely anchored from the floors to the ceiling. The containment for the removal of the li- noleum flooring will require a minimum 4-mil polyethylene sheeting for the ceiling. Polyethylene sheeting shall meet ASTM requirements in accordance with TDSHS regulations. Visible open- ings observed along the perimeter walls and the ceiling shall be completely sealed polyethylene sheeting and the wall corners of the containment should be attached with an overlap of at least twelve inches. The primary barrier construction should form an airtight, impermeable, perma- nent barrier around the ACM and ACM debris to contain the release of asbestos fibers into the air. 1.10.6. EXTENSION OF WORK AREA: If the enclosure barrier is breached in any manner that could allow the passage of asbestos de- bris or airborne fibers, then where possible, add affected area to the work area. Enclose it as required by this Section of the specification and decontaminate it as described elsewhere in this section. If contaminated area cannot be added to work area, decontamination measures will start immediately after contamination is discovered and work will stop in work area. Decontami- nation procedures will continue until exposure returns to background levels. 1.10.7. SECONDARY BARRIERS: Secondary barriers should be established in areas to separate any non -related work activity from the abatement containment to prevent dust or debris from potentially contaminating fresh air (make-up air) into the containment or regulated asbestos removal area. 1.11. MONITORING, INSPECTION AND TESTING: 1.11.1. GENERAL: Perform throughout abatement work monitoring, inspection and testing inside the work area in accordance with OSHA requirements and these specifications. I.H. Technician will continuously inspect and monitor conditions inside the work area to ensure compliance with these specifica- tions. In addition, the I.H. will personally manage air sample collection, analysis and evaluation for personnel and work area samples to satisfy OSHA requirements. Additional inspection and testing requirements are specified in other parts of this section. The Owner will employ a Certified Industrial Hygienist (C.I.H.) representative to perform various services on behalf of the Owner. The C.I.H. representative or representative under the direction of a C.I.H. will perform the necessary monitoring, inspection, testing and other support services to ensure that the Owner, employees and visitors will not be adversely impacted by the abate- ment worked, and that the abatement work proceeds in accordance with these specifications, that the abated areas or abated buildings have been successfully decontaminated. The work of the C.I.H. representative in no way relieves the abatement Contractor from his responsibility to perform his work in accordance with contract documents, to perform continuous inspection, monitoring and testing for the safety of his employees, and to perform other such services as specified in this section. The cost of the CIH representative and his services will be bom by the Owner except for repeated final inspection and testing that may be required due to unsatisfac- tory initial results. These repeated final inspections and testing, if required, will be paid for by the Contractor. IHST Project #17097 Page 14 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) The Asbestos Abatement Contractor may request confirmation of above results. This request must be in writing and submitted to the Owner's Representative. Cost for the confirmation of re- sults will be born by the Contractor for both the collection and analysis of samples and for the time delay that may result for this confirmation. Confirmation sampling and analysis will be the responsibility of the Contractor with review and approval by the C.I.H. 1.11.2. OUTLINE SCOPE OF SERVICES OF THE OWNER'S CONSULTANT. The purpose of the work of the Owner's Representative is to: assure quality, resolve problems, and prevent the spread of contamination beyond the work area. In addition, the consultants work include performance of final inspection and testing to determine whether a space or a building has been adequately decontaminated. All air monitoring is to be done utilizing PCM sampling procedures with final clearance to be performed by TEM. The Owner's Representa- tive will perform the following tasks: TASK 1: Establish background levels before abatement work will start. This will in- clude taking background samples (at least 3) and retaining samples for pos- sible TEM analysis. TASK 2: Perform continuous air monitoring, inspection and testing outside the work area during actual abatement work area. In addition, the Owner's Represen- tative will be required to detect any faults in the work area isolation and any adverse impact of surroundings from work area activities. TASK 3: Perform unannounced site visits to spot check overall compliance of work with contract documents. These visits may include any inspection, monitoring and testing inside and outside the work area and all aspects of operation ex- cept personnel monitoring. TASK 4: Provide support to the Owner such as evaluation of submittals from the abatement contractor, resolution of unforeseen developments in abatement work, etc. TASK 5: Perform final inspection and testing of a decontaminated area or building at the conclusion of the abatement and cleanup work to certify compliance with Owner's decontamination standards. TASK 6: Issue certificate of decontamination for each area or building and a final project report. TASK 7: The Owner's Representative will have authority to require building materials to be removed and disposed of as ACM waste where visible ACM debris is pre- sent. All data, inspection results and testing results generated by the Owner's Representative will be available to the Contractor for information and consideration. Contractor will provide coopera- tion and support to the Owner's Representative for efficient and smooth performance of their work. Monitoring and inspection results of the Owner's Representative will be used by the Owner to issue any Stop Asbestos Removal Orders to the contractor during abatement work and to ac- cept or reject an area or a building as decontaminated. The Owner's Representative will make available to the Contractor the plan for sample collection and analysis for continuous monitoring outside the work areas and the plan of final inspection and testing for each space or building prior to executing each plan. Plan will include location for samples, name and qualification of IHST Project #17097 Page 15 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) person taking samples, whether on site analysis and/or lab analysis will be utilized, methodol- ogy of analysis, lab information and qualifications of on -site analyst. 1.11.3. MONITORING, INSPECTION AND TESTING BY ABATEMENT CONTRACTOR: The Contractor is responsible for managing all monitoring, inspection and testing required by these specifications and the OSHA requirements. The analytical laboratory that will be used by the Contractor to analyze the samples will be AIHA P.A.T. Accredited and Texas Department of State Health Services Licensed. Keep a daily log of personnel samples taken and analyzed and make log available to the Owners Representa- tive. Log will contain information on the persons sampled, the date of sample collection the time of sample start and finish, flow rate, sample volume and fibers/cc. Take and analyze personnel samples for at least 25% of the workers in each shift, but not less than two where active abate- ment takes place. 1.11.4. ANALYSIS: Bulk samples (if required) will be analyzed at a laboratory that is Accredited by the National Vol- untary Laboratory Accreditation Program (NVLAP). Proof of accreditation must be submitted prior to the project start date. Polarized light microscopy will be used to analyze bulk samples. Air samples will be analyzed by an individual participating in the American Industrial Hygiene Association's (AIHA) Proficiency Analytical Testing Program. In addition to the continuous monitoring required, the Owners Representative will perform in- spection and testing at the final stages of abatement for each work area or building as specified elsewhere in this section. 1.12.5. SUBMITTALS AT COMPLETION OF ABATEMENT. The Contractor will submit a final project report consisting of the daily log book and the docu- mentation of events during abatement including the original disposal manifests signed by the operator of licensed landfill. The project report will include a certificate of completion, dated and signed by the Contractor. All certificates and original disposal manifests are due to the Owners Representative office within 30 (thirty) days after completion of abatement work. IHST Project #17097 Page 16 M W ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) PART 2 - EXECUTION 2.1. PREABATEMENT ACTIVITIES: 2.1.1. PREABATEMENT MEETING: The Owner's Representative, upon receipt, review and substantial approval of all preabatement submittals and upon verification that all material and equipment required for the project are on site, will arrange for a preabatement meeting between the Asbestos Abatement Contractor, su- perintendent and foremen and the Owner's Representatives. The purpose of the meeting is discuss any aspects of the submittals needing clarification or amplification and to discuss any aspects of the project execution and the sequence of operations. The Asbestos Abatement Contractor and his employees will be prepared to provide any sup- plemental evidence and information to the Owner's Representative pertaining to any aspects of the submittals or the materials and equipment. No abatement work of any kind described in the following provisions of these specifications will be initiated prior to the preabatement meeting. 2.1.2. PREABATEMENT INSPECTION AND PREPARATIONS: Before any work begins on the containment barriers, the contractor will: 1. Conduct a space -by -space inspection with an authorized Owner's Representative, and prepare a written inventory of all existing damage in those spaces where asbestos re- moval work will occur. Still or video photography may be used to supplement this written damage inventory. Documents will be signed and certified as accurate by both parties. 2. Ensure that all furniture, machinery, equipment, curtains drapes, blinds and other mov- able objects which the contractor is bound to remove from the work area have been re- moved or protected. 3. Notify the Owner's Representative of systems that need to be shut down as soon as practical in advance. The Owner's Representative will coordinate shutdown with Con- tractor and Owner's Facility Representative. The Owner's Facility Representative will perform and monitor shutdown as required by Contractor. a. Shutdown and seal off all heating, cooling, ventilating or other air handling systems serving the work area. The environment of the work area will be completely isolated from all other air flows in the building. Owner's Representative will monitor shut- down. b. Shut down all electrical circuits which pose a potential hazard on the job. Exact elec- trical arrangements will be tailored to the particular space and systems involved. All electrical circuits will be turned off at the box outside the removal area, not just the wall switch. Potential for electrical shock is a major threat to life in a work area where large amounts of water will be sprayed on ceilings, conduits, lighting fixtures and other electrical items. Electrical lines which are used to power work lights and equipment will conform to all electrical safety standards and will be protected by a ground fault interrupter. The Asbestos Abatement Contractor will be responsible for all OSHA lockout/tagout requirements. A copy of the Asbestos Abatement Contrac- tor's lockout/tagout program must be submitted for review prior to asbestos abate- ment operations. IHST Project #17097 Page 17 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 2.1.3. PREABATEMENT CONSTRUCTION AND OPERATIONS: Perform all preparatory work for the first work area in accordance with the approved detailed work schedule. Execute the preparatory work in accordance with this specification. Upon completion of all preparatory work, the Owner's Representative will inspect the work and systems to assure work is in accordance with these Specifications. The Owner's Representa- tive may require that, upon satisfactory inspection, the Contractor's employees perform all major aspects of the approved SOP especially on worker protection, respiratory protection, contin- gency plans, decontamination procedures and monitoring to demonstrate satisfactory operation. The operating systems for respiratory protection and negative pressure air systems will be demonstrated for performance. Upon satisfactory inspection of the installation- and systems and satisfactory demonstration of operations the Owner's Representative will notify the Contractor to proceed with abatement work. 2.2. REMOVAL OF ACM AND ACE: 2.2.1. WETTING MATERIALS: The Asbestos Abatement Contractor will adequately wet and remove all ACM as follows: 1. Spray wetting agent on the asbestos containing materials. 2. After wetting and removal, seal all ACM waste in leaktight two layers of 6-mil polyethyl- ene while wet. For waste material not fitting into containers without additional breaking, put material into leaktight wrapping. 3. Label containers and wrapped material using warning labels as specified by OSHA 29 CFR 1910.1001 or 1926.1101 and the NESHAPS regulations. 4. For ACM being transported off the facility site, label ACM waste containers and wrapped material with the name of the waste generator and the location where the waste was generated. 2.2.2. SITE PREPARATION: Erect critical barriers at all doors and windows entering the regulated areas. This project will be conducted by establishing critical barriers over all openings into the work area. A three stage wet decontamination unit will be erected for worker entrance and exit into the work area. The Contractor must establish negative air in the containment and maintain a pressure differential of -0.02 inches.of water column pressure differential. The following requirements must be followed in areas where a full containment enclosure or a pressure differential of -0.02 inches cannot be established: • A negative pressure enclosure NPE must be used where the configuration of the work area does not make erection of full containment enclosure feasible. • The negative pressure enclosure may be of any configuration. • At least 4 air changes per hour is to be maintained in the NPE. • The NPE must be kept under negative pressure throughout the period of its use, and • Air movement must be directed away from employees performing asbestos work within the enclosure, and toward a HEPA filtration system. IHST Project #17097 Page 18 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) • A competent person must supervise all work and be licensed in Texas, as an asbestos supervisor. 2.2.3. PERSONAL PROTECTION: One (1) layers of disposable clothing and '/2 face respirator with NIOSH-approved HEPA car- tridges shall be worn by all personnel during removal of the asbestos -containing thermal system insulation. Provide boots, safety glasses and gloves for all workers. Equipment will meet OSHA require- ments for personal protection. Provide all persons entering the work area with disposable full body coveralls, disposable head covers and rubber boots. 2.2.4. THERMAL SYSTEM INSULATION: The Contractor may remove the pipe insulation and elbows in a full containment or use a glove bag. If a glove bag is used, the procedures listed below will be performed: The minimum crew size for a glove bag operation is two: one member performs the actual re- moval with "hands in the gloves" and the second directs the spray wand at the work. It is rec- ommended that three people be used. The third helps support the bag, makes sure tools and supplies are readily available, and is on hand in case of emergency.. All crew members should be trained in the use of the glove bag. The Contractor will erect critical barriers and establish negative air filtration. Rope off work area and place warning signs. Bring the necessary materials into the work area. Have a HEPA vac- uum system available at all times. The HEPA vacuum will be used to establish negative air fil- tration inside of the glove bag. Make sure that possible contaminants in the area have been cleaned with the proper methods before beginning the glove bag procedure to avoid confusion concerning the source of the ma- terial. Wrap the adjacent pipe not to be enclosed in the glove bag with 6-mil plastic. Cover surfaces, such as the floor and walls, near the glove bag removal site with 6-mil plastic. If fiber counts generated during abatement do not exceed the protection factor of a half -face respirator during glove bag removal of TSI, and this can be verified by on -site PCM fiber counts, a half -face respirator may be used. Wrap duct tape around the insulation where the shoulders of the glove bag will be attached. Put the necessary tools in the pouch of the glove bag. Slit the glove bag as necessary to fit it over the pipe from which insulation is to be removed. Attach the glove bag to the previously applied duct tape at the shoulders. Fold the top edge of the bag between shoulders over on itself about an inch, then staple it about every two inches. Fold it again and tape the folded edge to the bag. Seal all joints with duct tape. IHST Project #17097 Page 19 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) Prepare the opening for the spray wand. If the manufactured location is not accessible, be sure to reinforce the bag with duct tape where the slit is to be made. Slit must be covered with rub- ber septum -like material that will seal after the wand is removed. Be sure the sprayer and bag are properly supported. The glove bag will have to have a smoke test to assure that the bag is sealed. Assemble the tube and bulb. Insert the tube into the slit prepared for the spray wand. Fill the bag with smoke and gently squeeze. Watch for leaks particularly at seams, joints, corners, and arms. Seal leaks with duct tape. Establish negative air filtration of the glove bag before any removal operations take place. Wet the covering of the insulation, keeping it wet through the entire operation. Remove any metal covering with the tin snips. Remove the outer covering of the insulation. This may expose wire that needs to be cut before proceeding. Be sure that sharp edges of metal and wire are folded inward to avoid puncturing the bag. It may be possible to further pro- tect the bag by packing insulation, which has already been removed from the pipe and placed at the bottom of the bag, around sharp edged material. Remove the insulation. If possible, remove sections as they were installed. Otherwise use the utility knife and/or the flex saw to cut out the section which is then pried off. Keep the insulation (especially newly exposed surfaces) wet during the procedure. As pieces of insulation are removed, lower them carefully to the bottom of the bag. Using the putty knife and the screwdriver, scrape any remaining residue from the pipe. Rinse the pipe while scraping. Clean the pipe with the scrub brush. Wipe all cleaned surfaces with a wet rag and put the rag in the bottom of the bag. Rinse and wipe the inside of the glove bag. Rinse and wipe the tools, then put them in the pouch. Develop a check list to inventory tools in the glove bag. Pull one arm out of the glove bag, inverting the glove in the process. With the other hand, place tools in the inverted glove. Grasp the remaining tools and place them in the other glove as the second arm is withdrawn. After the bag has been collapsed and the bottom twisted off, twist the gloves between the tool and the glove bag and wrap with tape for about four inches starting at the bag. Leave a tab and cut through the tape. Either transfer the glove to a new bag (if work is to continue) or open the bag under water and remove the tools, making sure they are free from debris. Remove the spray wand and insert the nozzle of the HEPA vacuum in the slit. Turn the vacuum on and run it .long enough to collapse the bag. IHST Project #17097 Page 20 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) Twist the bag and wrap it with duct tape just below the gloves and remove the HEPA vacuum nozzle. Glove bags may only be used once and may not be moved. When the bag is finally to be removed from the pipe, fold the dirty side inward and put it in a 6- mil disposal bag. Seal the disposal bag. Inspect the sections of the pipe where the insulation has been removed. Remove any remain- ing material with a wet rag or the HEPA vacuum. Apply a coat of sealant to the pipe. Clean up any debris or water on the floor with wet rags and/or the HEPA vacuum. As in any asbestos related project, the work area should be kept free of debris. Any contamina- tion should be cleaned up immediately. When the work day is complete, (or as soon as the pro- ject is complete) the work area should be cleaned using wet methods and/or a HEPA vacuum. All glove bags should be removed from the pipes at the end of the work day (or as soon as the procedures are completed) and placed in double layer 6-mil asbestos disposal bags. Dispose of waste in accordance with regulations for asbestos waste found in these specifications. Workers should pass through a complete decontamination facility when exiting the work area. If the bag develops a leak, stop work inside the bag. Catch the water in a plastic disposal bag. Lift and move the bag so that water stops running out. Do not "pump" the bag in a way that would force air out. Twist the bag in the area of the puncture to form a stem, dry the surface and tape it securely closed. Clean up the contaminated water and debris from the floor immedi- ately using wet methods and/or the HEPA vacuum. Dispose of the waste properly. Alternate removal techniques may be used if approved by the CIH. 2.2.5 WALL AND CEILING TEXTURE The asbestos texture will be kept wet and removed by wet scraping or as intact sheetrock and ceiling tile sections utilizing hand tools and a low water volume, short distance power diffusing "Airless" sprayer. The asbestos texture will be kept wet and removed utilizing hand tools and a low water volume, short distance power diffusing "Airless" sprayer. The minimum crew size for the operation is three: one member performs the actual removal, the second directs the spray wand at the work and the third worker collects and contains the wet ACM debris generated during the work. It is recommended that four workers be utilized in the procedure. The fourth person provides support during the work, making sure tools and supplies are readily available, and is on hand in case of emergency. All crew members should be trained in the use of the wet scraping procedure. The Contractor will erect critical barriers and establish negative air filtration. Rope off work area and place warning signs. Bring the necessary materials into the work area. Have a HEPA vac- uum system available at all times. The HEPA vacuum will be used to remove debris which may settle in remote areas such as corners, cracks or crevices in the work area. IHST Project #17097 Page 21 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) Make sure visible ACM debris and dust in the area have been wetted with amended water and cleaned with the proper methods before beginning the procedure to avoid confusion concerning the source of the material. Cover floor with a minimum of two layers of 6 mil plastic sheeting if flooring is not being re- moved, and cover wall surfaces with a minimum of two layers of 4 mil plastic sheeting. The top polyethylene sheeting layer may be removed as part of the detail cleaning process after gross removal. Hard hats, disposable clothing and full -face PAPR respirators will be worn by all persons per- forming the ACM removal. Establish negative air filtration in the containment before any removal operations take place. The containment may be smoke tested to assure the negative pressure inside the containment is adequately sealed. Assemble the smoke tube and bulb. Generate short bursts of smoke in the containment particularly at seams, joints and corners and critical barriers. Observe the direc- tion of the smoke trail. Watch for leaks, and seal any leaks with duct tape. Wet the surfacing material adequately to suppress any generation of airborne dust or debris, keeping it wet throughout the entire operation. As sections of ACM are removed, keep the material wet and shovel debris carefully into the bot- tom of a disposal bag. Wipe all cleaned surfaces with a wet rag and put the rag in the bottom of a 6 mil disposal bag. Rinse and wipe the inside of the disposal bag. Clean up any debris or water on the floor with wet rags and/or the HEPA vacuum. As in any asbestos related project, the work area should be kept free of debris. Any contamina- tion should be cleaned up immediately. When the work day is complete, (or as soon as the pro- ject is complete) the work area should be cleaned using wet methods and a HEPA vacuum. All asbestos material and associated debris should be removed and placed in double layer 6 mil asbestos disposal bags before the end of the work day. Dispose of waste in accordance with regulations for asbestos waste found in these specifications. Workers should pass through a complete three -stage wet decontamination facility prior to exit- ing the building. If a disposal bag develops a leak, stop work inside the containment. Catch the water in a plastic disposal bag. Lift and move the bag so that water stops running out. Do not "pump" the bag in a way that would force air out. Twist the bag in the area of the puncture to form a stem, dry the surface and tape it securely closed. Clean up the contaminated water and debris from the floor immediately using wet methods and the HEPA vacuum. Dispose of the waste properly. IHST Project #17097 Page 22 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 2.2.6. FLOOR TILE AND MASTIC: Those areas normally exposed to heavy foot traffic patterns usually have tiles adhered the tight- est. As a matter of good practice in starting the the removal, those sections which receive the least traffic should be the locations selected for starting the removal of the tile. Since tiles are normally in a 9" x 9" or 12" x 12" dimension, it should be the goal to remove individual tiles as a complete unit to the best extent possible. Start the removal by carefully wedging the wall scraper in the seam of two adjoining tiles and gradually forcing the edge of one of the tiles up and away from the floor. Do not break off pieces of the tile but continue to force the balance of the tile up by working the scraper beneath the tile and exerting both a forward pressure and a twisting action on the blade to promote re- lease of the tile from the adhesive and the floor. When the first tile is removed, place it, without breaking into smaller pieces, in the heavy-duty impermeable waste bag or closed impermeable container which will be used for disposal. With the removal of the first tile accessibility of the other tiles is improved. Force the wall scraper under the exposed edge of another the and continue to exert a prying twisting force to the scraper as it is moved under the tile until the tile released from the floor. Again, dispose of the tile, and succeeding tiles, by placing in the heavy-duty bag or closed container without additional breaking. Some tiles will release quite easily while others require varying degrees of force. Where the adhesive is spread heavily or is quite hard, it may prove easier to force the scraper through the tightly adhered areas by striking the scraper handle with a hammer using blows of moderate force while maintaining the scraper at a 25' to 30" angle to the floor. Caution: Use safety gog- gles. If some areas are encountered where even the technique detailed in the previous paragraph proves to be inadequate, the removal procedure can be simplified by thoroughly heating the tile(s) with a hot air blower until the heat penetrates through the tile and softens the adhesive. Note 1: Handle the hot air blower, tiles, and adhesive carefully to avoid personal burns. Note 2: Do not handle the heated tiles and adhesive without suitable glove protection for the hands. As small areas of subfloor are cleared of tile, the adhesive remaining on the floor must be scraped up with the 4" hand scraper until only a thin, smooth film remains. In those area where deposits are heavy or difficult to scrape, the removal can be expedited by heating with the hot air blower prior to scraping. Deposit scrapings in a heavy-duty impermeable trash bag or closed impermeable container. Thoroughly spread approved mastic biodegradable cleaner/solvent onto all mastic with a garden sprayer (Note The solvent used to remove the mastic must have a flash point of >140 degrees F. Submittals for the solvent must include a Material Safety Data Sheet. Let the solution stand for at least 15 minutes. Use an industrial buffer with coarse pads to dislodge the material or a squeegee. Squeegee, or use scrapers to push material into a cen- tral location for final mopping and cleanup. Hapd-scraping may be done at the Contractor's op- tion, or as required to completely remove all material. IHST Project #17097 Page 23 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) As indicated in previous paragraphs, tiles should be placed immediately in a waste disposal bags or closed impermeable container. Do not attempt to break tiles after they are in the bag. When all tiles, mastic and sorbent material have been removed from the floor and placed in polyethylene waste bags at least 6-mil thick or closed containers, seal the bags securely for dis- posal. "Shot blaster" or "bead blaster" machines will not be allowed to remove the floor tile and mastic. Alternate removal techniques may be used if approved by the CIH. 2.3. DISPOSAL OF ACM AND ACE WASTE MATERIAL: 2.3.1. GENERAL: The Asbestos Abatement Contractor will dispose of friable ACM and debris which is packaged in accordance with these specifications at the approved landfill. Dispose of non -friable ACM in accordance with the applicable regulations for friable asbestos. The transporter must be li- censed in accordance with the Texas Department of State Health Services Asbestos Rules and Regulations. The truck transporting the waste must have the following noted on the shipping papers, manifests and trucks: Hazardous Material Proper Shipping Name: hazardous substance solid, N.O.S. DOT Hazard Class: Class 9 PG. III Identification Number: NA 2212 (friable waste) Reportable Quantity: RQ Name and Address of Generator 2.3.2. PROCEDURES: Carefully load containerized waste on sealed trucks for transport. Ensure that unauthorized persons do not have access to the material outside of the work area. Take bags from the work area directly through the EDF process to a sealed truck. Double bagged material may be trans- ported in open trucks only if they are first loaded in sealed drums. Label drums with same warn- ing labels as bags. Dispose drums as contaminated, do not attempt to empty them for reuse. Advise the sanitary landfill operator, at least twenty-four hours in advance of transport, of the quantity of material to be delivered. At the burial site, sealed plastic bags may be carefully dumped from the truck. If bags are broken or damaged, leave in the truck and decontaminate entire truck and contents using procedures set forth elsewhere in this section. IHST Project #17097 Page 24 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 2.4. PROJECT DECONTAMINATION: 2.4.1. GENERAL: The entire work of project decontamination will be performed under the close supervision and monitoring of the Owner's Representative. 2.4.2. WORK AREA CLEARANCE: Air testing and other requirements which must be met before release of Contractor and reoccu- pancy of the work area are specified elsewhere in this Section. Air Clearance will be performed utilizing Phase Contrast Microscopy with an airborne level of <0.01 F/cc. 2.4.3. WORK DESCRIPTION. The work of decontamination includes the decontamination floor and air within the work area and the decontamination and removal of temporary facilities installed prior to abatement work including Primary and Critical Barrier, Decontamination Facilities (PDF and EDF) and Negative Pressure Systems. The work of decontamination includes the cleaning, and decontamination of all surfaces (ceiling, walls, floor) of the Work Area, or equipment in the Work Area. 2.4.4. PRE -DECONTAMINATION CONDITIONS: Before decontamination work starts, all ACM and ACE will be removed from the work area and disposed of along with any gross debris generated by the work. At the start of work for decontamination, the following will be in place: 1 Critical barrier which forms the sole barrier between the work area and other portions of the building or the outside. 2. Critical barrier sheeting over lighting fixtures, ventilation openings, doorways, convectors, speakers and other openings. 3. Decontamination facilities for personnel and equipment in operating condition and nega- tive pressure system in operation. 2.4.5. FIRST CLEANING: The Asbestos Abatement Contractor will carry out a first cleaning of ail surfaces of the work area including items of remaining sheeting, tools, scaffolding and/or staging by use of damp - cleaning and mopping, and a HEPA filtered vacuum. Do not perform dry dusting or dry sweep- ing. Use each surface of a cleaning cloth one time only and then dispose of as contaminated waste. Continue this cleaning until there is no visible debris from removed materials or residue on plastic sheeting or other surfaces. Remove all filters in air handling system(s) and dispose of as asbestos containing waste in accordance with requirements of these specifications. 2.4.6. SECOND CLEANING: If the Asbestos Project Manager is not satisfied with the first cleaning, the Contractor will per- form a second cleaning inside containment. If the containment fails to pass final air clearance criteria, the Contractor will perform additional wet cleaning inside containment. IHST Project #17097 Page 25 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 2.4.7. PRE -CLEARANCE INSPECTION AND TESTING: The Owner's Representative will perform a thorough and detailed visual inspection at the end of the second cleaning to determine whether there are any signs of visible ACM or dust in the work area. If the visual inspection is satisfactory, the Contractor will then encapsulate all surfaces in- side the containment. Final air clearance will be performed in accordance with these Specifica- tions. 2.4.8. LOCK -BACK ENCAPSULATION: With the express permission of the Owners Representative, the Asbestos Abatement Contrac- tor will perform a lock -back encapsulation of all surfaces from which ACM was removed. Exe- cute in accordance with provisions specified elsewhere and performance requirements as speci- fied in Paragraph 2.2.2 of this Specification. Maintain negative pressure in work area during en- capsulation work. 2.5. FINAL AIR CLEARANCE TESTING 2.5.1. GENERAL: The Asbestos Abatement Contractor will notify the Owner's Representative in advance for the performance of the final visual inspection and testing. The final air clearance will be performed by the Owner's Representative starting after completion of the encapsulation of the containment and the material is dry. 2.5.2. FINAL TESTING: After a satisfactory final visual inspection and encapsulation, The Owner's Representative, will undertake the frrial testing. Air samples will be taken and analyzed in accordance with the pro- cedures for PCM specified elsewhere in this section. If release criteria are not met, the con- tractor will repeat final cleaning and continue decontamination procedure from that point. Addi- tional inspection and testing will be at the expense of the Contractor. If results of PCM air samples are satisfactory, remove the critical barriers and shut down and remove HEPA units as specified under Abatement Closeout. Any small quantities of residue material found upon removal of the plastic sheeting will be removed with a HEPA filtered vac- uum cleaner and localized isolation. If significant quantities, as determined by the Owners Consultant, are found then the entire area affected will be decontaminated as specified herein for the Final Cleaning. If release criteria are met the Contractor will perform the abatement closeout and issue the cer- tificate of compliance in accordance with these specifications. 2.5.3. FINAL TESTING PROCEDURES: CONTRACTORS RELEASE CRITERIA: Work in an area is complete when the work area is visually clean and airborne fiber levels have been reduced to less than 0.01 fibers/cc by PCM analysis. IHST Project #17097 Page 26 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) AIR MONITORING AND FINAL CLEARANCE SAMPLING: To determine if the elevated air- borne fiber counts encountered during abatement operations have been reduced to the speci- fied level, the Owner's representative will secure samples and analyze them according to the following procedures: 1. Fibers Counted: "Fibers" referred to in this section will be either all fibers regardless of composition as counted in the NIOSH 7400 method, or asbestos fibers of any size as counted using PCM; and 2.5.4. SCHEDULE OFAIR SAMPLES WITH PCM: The Owner's Consultant will perform background, perimeter and work area samples during con- struction and abatement. These samples will be analyzed by PCM. At least three (3) background samples will be taken before work begins for a baseline meas- urement. The Owner's Representative will sample at a rate of one sample per 1,000 sq. ft. of work area with a minimum of two area samples for small containment areas. A minimum of 1,250 liters of air will be collected for all baseline and clearance samples. From start of actual removal of asbestos -containing materials the Owner will take the following samples on a daily basis. The number of samples may vary according to site plan and approval from the CIH. DAILY SCHEDULE OF AIR SAMPLES Each Work Area 2-3 PCM 0.02 750 2-15 h0utside Each Work 1 PCM 0.01 1,000 2-15 Outside Entrance to De- 1 PCM 0.01 1,000 2-15 contamination Facility Outside Bag -out Area 1 PCM 0.01 1,000 2-15 Output Negative 1 PCM 0.01 1,000 2-15 �iPressure System If airborne fiber counts exceed allowed limits, additional samples will be taken as necessary to monitor fiber levels. *At a minimum, five (5) samples will be collected per containment area over the duration of work in that area each day. 2.5.5. LABORATORY TESTING FOR PCM; The services of a AIHA P.A.T. accredited testing laboratory will be employed by the Owner to perform PCM analysis of the air samples collected prior to final clearance testing. A technician will be at the job site, and samples will be analyzed on -site. A complete record, certified by the testing laboratory, of all air monitoring tests and results will be furnished to the Owner and the Abatement Contractor. The analytical laboratory must be licensed in accordance with State of Texas Civil Statutes Article 4477-3a pg. 295.54 in addition to being AIHA P.A.T. Accredited. IHST Project #17097 Page 27 ASBESTOS REMOVAL — FORT WORTH COMMUNITY ARTS CENTER (FWCAC) 2.5.7. FINAL AIR TESTING REQUIREMENTS: Final air testing will be performed by Phase Contrast Microscopy (PCM). Final air testing re- quirements are outlined below: In each homogeneous work area after completion of all cleaning work, a minimum of three (3) samples will be taken and analyzed as follows: PHASE CONTRAST MICROSCOPY CLEARANCE CRITERIA lEach Work Area 3 PCM <0.005 1,250 < 15 Work Area Blank 1 PCM <0.005 0 Open for 30 Seconds Outside Blank 1 PCM <0.005 0 Open for 30 Seconds (Laboratory Blank 1 PCM <0.005 0 Do Not Open Release Criteria: Decontamination of the work site is complete when every work area sample is at or below 0.01 FIBERS/CC. 2.6. ABATEMENT CLOSEOUT AND CERTIFICATE OF COMPLIANCE: 2.6.1. COMPLETION OF ABATEMENT WORK. The asbestos abatement contractor will seal negative air machines with 6 mil polyethylene sheet and duct tape to form a tight seal at intake end before being moved from work area. Complete asbestos abatement work upon meeting the work area clearance criteria and fulfilling the following: Remove all equipment, materials, debris from the work site. Dispose of all asbestos containing waste material as specified elsewhere in this section. Repair or replace all interior finishes damaged during the course of asbestos abatement work. Replace all asbestos containing insulation and other ACM with suitable non -asbestos material so that facility is fully functional and safe as prior to abatement if required by these specifications. Fulfill other project closeout requirements as specified elsewhere in this section. 2.6.2. CERTIFICATE OF COMPLETION BY CONTRACTORS: The Contractor will complete and sign a "Certificate of Completion" in accordance with attach- ment #1 at the completion of the abatement and decontamination of a work area. IHST Project #17097 Page 28 Appendix A Attachments CERTIFICATE OF COMPLETION PROJECT: DATE LOCATION: 1. 1 certify that I have personally inspected, monitored and supervised the abatement work of (Specify Work Area or Building) which took place from to (Beginning of Work) (End of Work) 2. That throughout the work all applicable regulations and the specifications were ob- served. 3. That any person who entered this area was protected with the appropriate clothing and respirators systems and that they followed the proper entry and exit procedures and the proper operation procedures throughout -the work. 4. That all employees of the contractor engaged in this work were trained in respiratory pro- tection, experienced with abatement work, had proper medical records and were not ex- posed at any time during the work to asbestos without the benefit of adequate respira- tory protection. 5. That I, performed and supervised all inspection and testing specified and required by ap- plicable regulations and the specifications. 6. That the condition inside the work area were always safe and the maximum asbestos fi- ber count never exceeded 0.5 f/cc. Except as describe here: 7. That the negative pressure air systems were installed and operated properly maintaining the specified negative pressure in the work area throughout the work. CONTRACTOR/SUPERVISOR COMPANY NAME CONTRACTOR ADDRESS ATTACHMENT #1 Asbestos Abatement Page 1 CERTIFICATE OF WORKER'S ACKNOWLEDGMENT DATE PROJECT NAME PROJECT ADDRESS CONTRACTOR'S NAME WORKING WITH ASBESTOS CAN BE DANGEROUS. INHALING ASBESTOS FIBERS HAS BEEN LINKED WITH VARIOUS TYPES OF CANCER. IF YOU SMOKE AND INHALE ASBESTOS FIBERS THE CHANCE THAT YOU WILL DEVELOP LUNG CANCER IS GREATER THAN THAT OF THE NON-SMOKING PUBLIC. Your employers contract with the owner for the above project requires that: You be supplied with the proper respirator and be trained in its use. You be trained in safe work practices and in the use of the equipment found on the job. You receive a medical examination. These things are to have been done at no cost to you. By signing this certification you are assuring the owner that your employer has met these obligations to you. RESPIRATORY PROTECTION: I have been trained in the proper use of respirators, and in- formed of the type respirator to be used on the above referenced project. I have a copy of the written respiratory protection manual issued by my employer. I have been equipped at no cost with the respirator to be used on the above project. TRAINING COURSE: I have been trained in the dangers inherent in handling asbestos and breathing asbestos dust and in proper work procedures and personal and area protective meas- ures. MEDICAL EXAMINATION: I have had a medical examination within the past 12 months which was paid for by my employer. This examination included: health history, pulmonary function tests and may have included an evaluation of a chest x-ray. Signature Printed Name Social Security Number Witness ATTACHMENT #2 Appendix B Specification Drawings I ! ,t I l i i a J ! , i j �.:::_TR'rr rrrrrrrrrrnnrrr>mrrrrrn rrrj .. ............. .__........._..._..........__.,....................._............_.. t_.........__..... . ..........___........... ....... i......._......._..................._..... , , IS (oc ) ' Y'::. x: Mt •tea 4 rs 185.417 eq fl , � ..r............. _...... _... JI lApprox 355 Sgtre Feet to he rornoved from we9el �UnbrM to be r mwmd ® Ftoor TIe A Mask to reran (155 sq tl) ....7 Wells to he removed ........... ................... ....... ..._ ...._ ......... _.... -_..... _....._............... .............................._...._.......... _... ...... __._...... - _ j' 144. 1 Po: i:......................_........ ..... ..... .. ( IAM= 90 firer Feel to he remove i AA.01 ltar]tx'rt Art Museum Q Arch. Beeement Fort Wodh, Taxes Asbestos Removal Specification .......... ___.................-..._.._... Pro(ectM 17097 1 Drewlrw pt Irrdwettl lrypNne end NSally. Tachroiny, INC. at To Scale 1 I' kt[�5 :Utii_[.3"5L.;?,I ?}y?' - ia;1t+:::IIIf (J-1.--f?.�i,: x1asu a wa .- -. ._..., -.�.� , ,.. Drawn fry: AHO Date: Ofi129/OB �w m.,T— twos TEL(972)478.7415 R.I..d by: Dots: FAX (972) 476-7615 nn D D L-•7 �°a:ew� Np D D ll_ ___........__.... _ ._...._......_.... >r -- . \7 El — rem Q ._, wwwwwwwa a....a,. l , r.� • �t�, R Q p say�rr!:;n �� >u` �Lt!j.,a.,.,.aaa,aao,am,,,,,,a Apprptt 170lJneer FM to M remove w Aet � II -103 `AIIQ�iVR'i �..��MrbrlWbMnr«ered Art Mueuem Upper Floor Fort Worm, T... Aabesba Removal SpeciOatlon Project N 17 1 Drawfno N1 htdrarRlellh7i� e/tl Not To Scale Safety Technology, INC. ?,%al'I;;ll... mel.T—? • ,_._.......___. Drawn by: AHG Date: 0829/OB Crmpan, Tem 75We . c,:> „{ • TEL (972) 478.7415 Revleed by: Date: FAX (972) 476.7615 1 ■ � � ■ ■ ■ � � ■ � � � 1 1 1 ' 1 fl ❑ --t- III �__ r: III II If nI ... o.. o f o o III I j .�e.r - J j J _.._ —.. i. U I. _ A e7 III v Ci I=JCIy JI IT Uj I - II ❑ C r �s 1�� 1=ir..._ .1 j �.._. __—.. ,;rk-siter i i . a.. I � j. As<t• 6Y• ( A. P.4S: 'Jfk.'i NrIRSCAIaW�.:.F1Yr+Y MI r1'!!6i1:; IAWrox 209 Linear Feet to b , remove — -- - Materials to be removed .1r.1.-20 1. Art Museum Baement 1 1 Fort Worth, Texas Q Q Asbestos Removal SDecl6cabon Prolact # 17097 Dmwino #1 irduaWel HygNne and Safety Technology, INC. ra).": N Not To Scale 2235 KeMr Way Drawn by: AHD Date: 06/23106 Cvmlron: Tau 76M TEL (972) 478.7415 RrAW try: Data: FAX (972) 476.7615 a All r ! 1 1 - `° O D"7 a is t le I a tx � a o O { av�ax rA1LJpY �•}� 1f y Isµ M-202 NJ iJ111111ll1llLlll.l :,, A! i" lAppox 46 Uner Feet to be rermn I ... .. ........... ...... ............. Materials lobe removed (j J �;tf l tI. il•1: )t`i ; ®ACM Floor Tla N he nrrwud Art Museum MaIn Floor � ] Fort Worth. Taxes �\ I ACM GANq and Wag to M nmwad Asbestos Removal SperJ6n6on L_....._\\._ Proleet 6 17097 Drawir o M1 IndutrNl Fty9Nrp and ... ,..: ., .. o see 8 C. Not S I Kellar Way Drawn by: AHO Dias: O(VLVOB C.-Ill",Tawas ?SON TEL(972)478-7415 Ravlsed by: DeN: FAX (972) 476-7615 ■ ■ --41 I I a 41 I -jTJ ,w lium o � � � 'v ' )-•—t ' � ` t �uV!nvu���������w�o�w � .... � °O O, ,.::....... y� s - Lw.u.nvr,ta mt n... r i s s l .M- ❑ ITu a 1 � - w,e e 71-1 . { 4CIlnkY. lAppwc 4" Urer Feet to be remove LD L`t �. u�gg �.r �L!!GC 1H i enlmmum�mn tir M-703 —^ — Motorists to be remand Art Museum Upper Floor Fort Worth, Texas Asbestos Removal Specification ProlectN 17097 Dmwlm#1 Not To Scale Drown by: AHG Date: 06126106 Revised by: Dab: T.l Iiypl.M end Sotelsty q TecNnlopy, INC. 22351Ws, way Gns.br�7uas 75000 TEL (972) 478-7415 FAX (972) 478-7815 as . . ■ ■ r r s It j Appma 104 sheer Feet to be remove Is P;.:k l"OiT PYUNG A.K l'S s: i is ` i% •1 jTi.. fT.?TzAfLigql.1'�((f ,N U- ` Materials to be removed il'ft.--204 Theater Sub Basement Fort Worth, Teresa Asbestos Removal Specification Proleat N 17097 Drawing #1 IMuy Nyglere end SalaTel ry Technology, INC. Not To Scale 2235 Mae, Wry Drawn by: AHG Date: 06M/06 C—ftn,T— 75WO TEL(972)476.7415 Revised by: Date: FAX (972) 476-7615 . . . . ....... j rkk- 0— J, —.A ttl j . ... . .... . ..... . ...... A AWOX 376 Lhww Feet to be remove :ZL, �Zmx CUD �....___..__._..._.-•."' � / / /� � / `�� � \\„ .. u. . --AD . . ........ .. .... .. ....... 4 I rb area 11ANWAL. Mmtedals to be removed Theater Basement FortWcwth, Texas Asbestos Removal Specincation Pml&d# 17097 Dmwlnq #I and Safety Ted=Iel M, INC. Not To Scale 2235 Kate, W.V Drawn by. AHG Date: D6/26106 Cu Mon, Texas 76006 TFL (972) 478-7415 Revised br. Date: FAX (972) 476-7615 ■ ■ e ■ ■ ■ ■ ■ / i 4I _■ ■ i r BOif!M . rt�Ay�tL: ti ar °l f Laaand lApproz 219 Llraw Fast to be remove ® Removed 750 sq. R tiles end +button mastic t;l'i: : t i)i::h i! )i..i ii0") --- — )VI— 06 MaterWa to be removed TheFloor Worth, Fon Worth, Taxes Fort T Asbestos Removal Spec15ca0on Project # 17097 Dm Mno #1 let Htobne end ht7 Tecfv,obpy, INC. Safely Not To Scale 1Ui War Way Drawn by: AHG Data: 0finelOil corrosion Ted 75011e TEL(972)478.7415 Ravlead by. Data: FAX (972) 478-7615 - - - _ ■ IN STAIR. #4 ::: .,ten. ,.. e•-; ...//� \ / W _. I I __ - �- I _-JI R.R.M. -�i i 1 \ WISH. M':.._..._ �ILI-- _ J f i •... _ I WARDROBE R..,.. , rtr- - J .� t I I ( ' I; JA IApprox 411 Elmer Feet 10 be remove `•� i I I _........ -- — - Materials to be removed —108 PerforrNnp Ms BulWlnmp Basement Mach. Roo / / ` • Fort Worth. Taxes Asbestos Removal Specification Project M 17097 Drawing 01 olel tlyghro .. ,...; Safety TeUvwbpy, INC.IN ... r' is "•. ! '•i `.... .. ..... N01 To Soh 227E Kafer way `Jr.[ii • ... .:. Drawn by'. AHO Data: 06129Po6 Csnft& T.— 75006 TEL (972) 479-7415 Revised by: Date: FAX (972) 476-7615 Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 10/24/2006 - Ordinance No. 17247-10-2006 DATE: Tuesday, October 24, 2006 LOG NAME: 52FWCACASBESTOS REFERENCE NO.: **C-21791 SUBJECT: Authorize Execution of Contract with Sisk -Robb, Inc., for Asbestos Abatement at the Fort Worth Community Arts Center and Adopt Appropriation Ordinance RECOMMENDATION: It is recommended that the City Council: 1. Approve the transfer of $59,560.00 in undesignated funds in the Environmental Management Operating Fund to the Environmental Management Project Fund; 2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the Environmental Management Project Fund by $59,560.00 from available funds; and 3. Authorize the City Manager to execute a contract with Sisk -Robb, Inc., for asbestos abatement services at the Fort Worth Community Arts Center in association with the modifications of the mechanical systems DISCUSSION: The city owned Fort Worth Community Arts Center has Asbestos -Containing Materials (ACM) that will be impacted during modifications of the mechanical systems. The Department of Environmental Management is contracting for removal of the ACM associated with mechanical components prior to performing modifications. A Request for Proposal (RFP) was advertised on August 7, 2006 and August 14, 2006. Proposals for the asbestos abatement were submitted by eight licensed contractors on August 29, 2006. AMX Environmental, Ltd. ARC Abatement, Inc. Certified / LVI Environmental Services, Inc. Escamilla Construction, Inc. HP Enviro Vision Intercon Environmental, Inc. Ponce Contractors, Inc. Sisk -Robb. Inc. The proposals were evaluated based on a pre -determined combination of qualitative and quantitative (bid point) measures. These measures included but were not limited to the evaluation of such factors as previous work experience, qualifications of personnel, contractor capabilities, cost, and subcontractors. Based on the total point distribution of the measures, City staff is recommending the contract be awarded to Sisk -Robb, Inc. Sisk -Robb, Inc., is in compliance with the City's M/WBE Ordinance by committing to 15 percent M/WBE http://www.cfwnet.org/council_packet/Reports/mc_print.asp 1/16/2007 Page 2 of 2 participation. The City's goal on this project is 10 percent. Work on the project is expected to begin on October 23, 2006. The Fort Worth Community Arts Center is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinance, funds will be available in the current operating, as appropriated, of the Environmental Management Project Fund. TO Fund/Account/Centers FROM Fund/Account/Centers R101 539120 052200701000 $59,560.00 R101 539120 052200701000 $59,560.00 R101 472103 052200701000 $59,560.00 R103 538070 0521100 $59,560.00 Submitted for Citv Manaaer's Office bv: Oriainatina Department Head: Additional Information Contact: Libby Watson (6183) Brian Boerner (6647) Michael Gange (6569) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 1 /16/2007