Loading...
HomeMy WebLinkAboutContract 37017 ` CITY SECRETARy"31 —'1 CONTRACT NO. CONTRACT Between CITY OF FORT WORTH and INTERCON ENVIRONMENTAL, INC. For Asbestos Abatement and Demolition of Residential Structure at 815 E. Magnolia Project # DEM 08-03:FIRE Environmental Management Department April 2008 STATE OF TEXAS § CITY OF FORT WORTH COUNTY OF TARRANT § CONTRACT FOR ASBESTOS ABATEMENT AND DEMOLITION OF A CERTAIN RESIDENTIAL STRUCTURE LOCATED AT 815 E. MAGNOLIA 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 Carl Smart, its duly authorized acting assistant city manager, and Intercon Environmental, Inc. a Texas corporation, acting through VAREN ANDREWS its duly authorized president/vice-president ("Contractor"). WHEREAS, the City desires to conduct a project for demolition and removal of asbestos containing material and demolition of a certain structure located at 815 E. Magnolia, Fort Worth, Texas; and Y WHEREAS, the City desires to hire a professional firm knowledgeable and experienced in conducting such asbestos removal, transportation, disposal and demolition; and WHEREAS, the Contractor has represented that it is knowledgeable and experienced in conducting such an asbestos removal, transportation, disposal and demolition 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). City's Representative means the Director of Environmental Management, or the Director's designee. Contract shall mean this document, and the Contractor's Response to the Invitation to Bid DEM08-03:FIRE attached as exhibit "A" and all ancillary documents. Contractor shall mean Intercon Environmental, Inc. Director shall mean the Director of the City of Fort Worth's Environmental Management Department. Invitation to Bid (ITB) shall mean the City's Invitation to Bid DEM 08-03:FIRE incorporated as part of the Contractor's Response to the ITB. 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. Regulated 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. Subcontract means a contract between the Contractor for this project and another person or company for any task defined in the scope of work. A purchase order is also considered a subcontract. Substantial Completion means the date when the removal is sufficiently completed in accordance with the Contract Documents, as modified by any change orders agreed to by the parties, so that the City can occupy the project or specified area of the project for the use for which it was intended. 2. SCOPE OF CONTRACTOR'S SERVICES A. The scope of work shall include the furnishing of all labor, materials and equipment necessary for the removal of all asbestos-containing materials Contract for Asbestos&DemoCRL04.09.07v1 , Page 2 815 Magnolia is, Q(I � 1 ("ACM)" according to specifications outlined by the City or it agent and to perform the demolition and disposal of a residential structure located at 815 E. Magnolia. The single-family structure is located on Lot 19 of Zurn Addition. The pier and beam, single-story structure is approximately 1,000 square feet with wood construction. All utilities have been terminated to the structure. The scope of work includes: • removal of approximately 3,650 square feet of ACM joint compound from sheetrock walls and ceiling; -� • removal of approximately 75 square feet of ACM linoleum flooring/backing; • removal of approximately 170 square feet of ACM 12"x 12" floor tile with associated mastic ; • disposal of all ACM as asbestos-containing waste; and • demolition of structure after all ACM has been removed, including driveway. Measurements are approximate. 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. Prior to commencement of work, notify appropriate utility companies to disconnect the gas service lines at the main, the water service at the meter and disconnect electrical service lines at the pole at each location. do D. Prior to commencement of any work under this contract, Contractor must obtain a wrecking permit (within seven (7) calendar days after the notice to proceed) to demolish all of the specified buildings at the site from the r. Department of Development, telephone (817) 392-2222. E. Prior to commencement of any work under this contract, obtain from the y Code Compliance Department a written notice to proceed. F. Upon completion of the work, Contractor shall obtain a final inspection on the wrecking permit, from the Building Inspection Division in the Department of Development. G. Protect the work site as necessary with barriers, lights, safeguards or warnings. H. Contractor agrees to protect and leave in good condition all sidewalks and curbs. If before any demolition work is commenced, or heavy equipment is moved to the work site, the sidewalks or curbs are crushed, broken, or Contract forAsbestos&DemoCRL04.09.07v1 Page 3 815Magnolia wfY� �b;:� ,.sw7J 0 in general disrepair, the contractor agrees to take photographic evidence of the condition prior to moving any heavy equipment to the work site. I. Demolish and remove any signs at the site as well as demolish improved surface parking areas. J. Remove all demolition debris, junk, trash, debris and salvageable materials from the site. K. Remove and dead trees and dead shrubs from the site. L. Fill any holes in the terrain resulting from any of the above work with clean fill and grade the entire lot, ensuring that low areas are filled to prevent the pooling of water. - M. Sweep dirt and debris from the sidewalk and street that accumulate during loading and removal. N. Possess or insure that each vehicle contracted for waste hauling possesses a valid City of Fort Worth Waste Hauler Permit as issued by the Department of Environmental Management-Division of Solid Waste, telephone: (817) 392-5150. O. Clean and remove all debris, trash, rubbish and any other solid waste from the demolition premises to a state licensed disposal site or to a properly permitted landfill site at Contractor's expense. P. Contractor shall perform, in a good and professional manner, the services contained in this Contract. 3. SCOPE OF CITY SERVICES A. Coordinate with facilities, City departments, and any tenants for access to the site; B. Prepare and revise all notifications necessary to the Texas Department of State health Services Health (TDSHS) for the work provided herein; C. Make payment of all applicable TDSHS fees; D. Give timely direction to the Contractor; and E. Render decisions regarding modifications to the Contract and any other issue. Contract for Asbestos&DemoCRL04.09.07v1 Page 4 815 Magnolia r,j v J i�l,k 4. TIME TO START AND TO COMPLETE THE PROJECT Contractor shall begin work within eleven (11) days of when the Notice to Proceed is issued to Contractor and shall complete all phases of the work within ten (10) days from the date of commencement. 5. COMPENSATION A. In consideration for the work performed by Contractor under this Contract, City shall pay Contractor a sum not to exceed $12,000. 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 and disposal of asbestos as well as the employee labor rates shall be as described in Contractor Response to the ITB, attached herein as exhibit "A". C. Contractor understands and agrees that claims for additional compensation due to variations between conditions actually encountered in the project and as indicated in the Contract Documents will not be allowed unless the Contractor can clearly show to City, as determined in the sole discretion of City, why the variation was not identifiable prior to executing this Contract. D. The City agrees to pay Contractor within thirty (30) days after receipt of correct invoices, except as provided in Section 7 "Indemnification," subsection H. E. Contractor acknowledges that payment will not be rendered by City unless Contractor completes the demolition and removal of asbestos as described herein and the work is accepted by the Director. F. Periodically during the performance of this Contract, the Contractor's Project Manager shall inform the City's representatives of his/her best estimate of the expenses incurred to that time. In the event that the estimate approximates the Not-to-exceed amount, Contractor shall prepare to cease its operations unless and until the Contract is amended and an authorized representative of the City directs Contractor to perform additional work. G. Contractor shall receive no compensation for delays or hindrances to the work, _ except when direct and unavoidable extra cost to Contractor was caused by City's failure to provide information, if any, which it is required to do. When extra Contract for Asbestos&Demo CRL04.09.070 Page 5 815 Magnolia compensation is claimed, a written statement thereof shall be presented to the City. H. In the event that actual expenditures may result in a total cost in excess of the Not-to-Exceed Amount, Contractor must submit a Modification to the contract in accordance with Section 24. 6. INSURANCE The Contractor certifies it has, at a minimum, current insurance coverage as detailed below and will maintain it throughout the term of this Contract. Prior to commencing work, the Contractor shall deliver to City, certificates documenting this coverage. The City may elect to have the Contractor submit its entire policy for inspection. A. Commercial General Liability Insurance - $1,000,000 each occurrence. B. Professional Liability Insurance - $2,000,000 each ocurrence. C. Automobile Liability Insurance — Coverage on vehicles involved in the work performed under this contract: a) $1,000,000 per accident on a combined single limit basis or: $500,000 Bodily injury/person $500,000 Bodily injury/accident $250,000 Property damage b) Uninsured/Underinsured Motorist: $20,000 Bodily Injury each person, $40,000 Bodily Injury each accident; $15,000 Property Damage each accident. The named insured and employees of Provider shall be covered under this policy. The City of Fort Worth shall be named an Additional insured on Endorsement TE 9901 or equivalent, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. D. Worker's Compensation — Statutory limits for Worker's Compensation plus Employer's liability at a minimum: $100,000 each accident; $500,000 disease - policy limit; and $100,000 disease - each employee. Contract forAsbestos&Demo CRL04.09.07v1 - - - --- - Page 6 815 Magnolia fII 'I E. Environmental Impairment Liability (EIL) and/or Pollution Liability - $2,000,000 per occurrence. EIL coverage(s) must be included in policies listed in items A and B above; or, such insurance shall be provided under separate policy(s). �* Liability for damage occurring while loading, unloading and transporting materials collected under the contract shall be included under the Automobile Liability insurance or other policy(s). F. The following shall pertain to all applicable policies of insurance (A. through E.) listed above: 1. Additional Insured Clause: "The City of Fort Worth, its officers, agents, employees, and representatives are added as additional insureds as respects operations and activities of, or on behalf of the named insured, performed under Contract with the City of Fort Worth." The additional insured requirement does not apply to Workers' Compensation policies. 2. Subcontractors shall be covered under the Provider's insurance policies or they shall provide their own insurance coverage; and, in the latter case, documentation of coverage shall be submitted to the Provider prior to the commencement of work and the Provider shall deliver such to the City. 3. Prior to commencing work under this Contract, the Provider shall deliver to the City of Fort Worth insurance certificate(s) documenting the insurance required and terms and clauses required. 4. Each insurance policy required by this Contract shall contain the following clauses: "This insurance shall not be canceled, limited in scope or coverage, or non-renewed until after forty-five (45) Days prior written notice has been given to the Director of Environmental Management, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102." Note: Written notice can be by Provider or insurance company. 5. The insurers for all policies must be licensed/approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of Risk Management is required. 6. The deductible or self-insured retention (SIR) affecting the coverage required shall be acceptable to and approved in writing by the Risk Manager of the City of Fort Worth in regards to asset value and stockholders equity. In lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups must be also approved by the City's Risk Manager. Contract for Asbestos&Demo CRL04.09.07v1 ,y. Page 7 815 Magnolia CIE ��.t �� h1 w 7. Waiver of rights of recovery (subrogation) in favor of the City of Fort Worth. 8. Such insurance policies shall be primary, without right of contribution and not subject to any offset by any other insurance carried by the City or the Provider. 9. If insurance policies are not written for specified coverage limits, an Umbrellas or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 10. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the contractual agreement and the certificate of insurance shall state that the coverage is claims- made and the retroactive date. The insurance coverage shall be maintained for the duration of the contractual agreement and for five (5) years following completion of the service provided under the contractual agreement or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 11. The City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverages and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City of Fort Worth. In the event the City requires the insurance limits to be increased or changes in policy categories or types of coverage, the City shall provide written notice to the contracting party. The contracting party will have ninety days from the date of notice to comply with the additional requirements. 7, INDEMNIFICATION A. For purposes of this Contract, the following words and phrases shall be defined as follows: 1. Environmental Damages shall mean all claims, judgments, damages, losses, penalties, fines, liabilities (including strict liability), encumbrances, liens, costs, and expenses of investigation and defense of any claim, whether or not such claim is ultimately defeated, and of any good faith settlement or judgment, of whatever kind or nature, contingent or otherwise, matured or unmatured, foreseeable or unforeseeable, including without limitation reasonable attorney's fees and disbursements and consultant's fees, any of which are incurred as a result of handling, Contract forAsbestos&Demo CRL04.09.07v1 Page 8 815 Magnolia 11 'j lug A R 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 dW 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 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, Contract for Asbestos&Demo CRL04.09.07v1 Page 9 815 Magnolia h,11 %��•;l� Il�p4 i 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 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. Contract for Asbestos&Demo CRL04.09.070 Page 10 815 Magnolia I`:',��'/ '' „•a.,['�/ (fin,/y 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 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, Contract for Asbestos&Demo CRL04.09.07v1 Page 11 815 Magnolia 1 y _ . ..S pp, 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. 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 Contract 1br AsbestosWemo CRL04.09.07v1 Page 12 815 Magnolia 9 ��, . �U1 � �,�o 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&Demo CRL04.09.070 Page 13 815 Magnolia wfJ,10 is-:L 1.5�v'�J U 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 Intentionally Omitted. 14. INDEPENDENT CONTRACTOR Contractor shall perform work under this Contract as an independent contractor and not as an agent or employee of City. City shall not be considered the employer, co- employer or joint employer of the officers, employees or agents of Contractor. Contractor shall have the sole control, supervision, direction and responsibility over its officers, employees and agents and shall have the sole responsibility for determining the manner and means of providing the work described in this Contract, except as outlined in this Contract or as otherwise required by federal, state, county or city law, regulation or rule. Contract forAsbestos&Demo CRL04.09.07v1 `� U Page 14 815 Magnolia 1g n 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. 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 Contract thr Asbestos&Demo CRL04.09.070 _ _ n Page 15 815 Magnolia ,1 � p7 IFGVc 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 be sent to the following persons at the following addresses; provided, however, that each party reserves the right to change its designated person for notice, upon written notice to the other party of such change: If to City: Written notice shall be sent to: Brian Boerner, Director Department of Environmental Management 1000 Throckmorton Fort Worth, Texas 76102 If to Contractor: Name: Karen Andrews Address: Intercon Environmental, Inc. 2214 FM 1187, Building #6 Mansfield, TX 76063 Telephone: (817) 477-9995 FAX: (817) 477-9996 Contract tbrAsbestos&DemoCRL04.09.07v1 Page 16 815 Magnolia 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&Demo CRL04.09.07v1 _-- Page 17 815 Magnolia SIGNATURE PAGE FOR ASBESTOS ABATEMENT AND DEMOLITION OF 815 E. MAGNOLIA This Contract has been executed bb the parties in triplicate in Tarrant County, Texas on this date, Ll�i� o� 2S , 2008. CI OF O W TH INT RCON ENVIRONMENTAL, INC. !a- ,- Asst. City Manager B : Karen Andrews, President APPROVED AS TO FORM WITNESS: Christa R. Lopez, Assistabi City Attorney Name: ingelica PetruAgiii Title: Fxprut_ive Vice r _G i d -nt `ATTEST: CORPORATE SEAL: Marty Hendrix, &ty Secretary NO M&C REQUIRED Contract for Asbestos&Demo CRL04.09.07v1 Page 18 815 Magnolia 7 V,H, T CONTRACTOR COMPLIANCE WITH WORKERS' COMPENSATION LAW Pursuant to V.T.C.A. Labor Code §406.96 (2000), as amended, Contractor certifies that it provides workers' compensation insurance coverage for all of its employees employed on City of Fort Worth Department of Environmental Management Project DEM 08-03: Fire for demolition and removal of asbestos containing material and demolition of a certain structure located at 815 E. Magnolia, Fort Worth, Texas. L , CONTRACTOR Interc n Environmental Inc. By: An Karen Andrews Title President r, Date 4/14/08 STATE OF TEXAS § COUNTY OF TARRANT § Before me, the undersigned authority, on this day personally appeared Karen Andrews , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he executed the same as the act and deed of President for the purposes and consideration therein expressed and in the capacity therein stated. Given Under My Hand and Seal of Office this 14 thday of April , 20 Q$__. ANGELICA PETRUZZELLI �L Notary Public,State of Taxes Notary Pldblic in and for the St a of Texas 's �= My Commission Expires � f � FWxucwy 28,2012 OW 22 44 FM 1187 Building 6 Mansfield,Texas 76063 - Phone:(817)477-9995 - Fax:(817)477-9996 ENVIRONMENTAL, INC. www.intercon-environmental.com ORIGINAL r SEALED PROPOSAL Project: DEM 08-03: Fire 815 Magnolia Street Asbestos Abatement & Demolition Submitted by: Intercon Environmental, Inc. Proposal No. 01-08-020 Prepared for: -. City of Fort Worth Environmental Management Department Attn: Pamela Green, 7th Floor City Hall Annex, 908 Monroe Street Fort Worth, Texas 76102 Bid Due: January 30, 2008 9 3:00 PM tercon ENVIRONMENTAL, INC. ,. Table of Contents 2.0 Proposal Documents 1. Proposal Document Checklist................................................... 2.1 Acknowledgement of Receipt of Addenda.................................... 2.2 Scopeof Work .................................................................... 2.3 Cost................................................................................. 2.4 2. Contractor Information Et Qualifications...................................... 2.5 Company Information..........................................................2.5.1 StaffMatrix......................................................................2.5.2 Licenses Et Certificates ........................................................2.5.3 Department of State Health Services (DSHS) Asbestos Abatement Contractor's Et Transporters License Mold Remediation Company Et Lead Firm Staff Licensing 3. Subcontractors Information Et Qualifications ................................ 2.6 Subcontractors Company Information.......................................2.6.1 Subcontractors Staff Matrix...................................................2.6.2 Subcontractors Licenses Et Certificates .....................................2.6.3 Department of State Health Services (DSHS) -� Asbestos Transporters License Staff Licensing Insurance i 4 Bonds............................................................................... 2.7 5. Statement of Residency......................................................... 2.8 6. Nondiscrimination................................................................ 2.9 7. Prevailing Wage Rates..........................................................2.10 8. Insurance Certificates ..........................................................2.11 9. Contractor's Responsibilities ..................................................2.12 10. Contractor's Legal Et Compliance History ...................................2.13 a . INVITATION TO BID FORTWORTH " 4 aa""ftft--� * 4r CITY OF FORT WORTH ENVIRONMENTAL MANAGEMENT DEPARTMENT 1000 THROCKMORTON FORT WORTH, TEXAS 76102 PROJECT: DEM 08-03: FIRE RESIDENTIAL STRUCTURE ASBESTOS ABATEMENT AND DEMOLITION 815 E. MAGNOLIA FORT WORTH, TEXAS 76104 January 17, 2008 Intercon Environmental, Inc. Company Name 2214 FM 1187, Building 6 Address Mansfield, Texas 76063 .. City, State, Zip January 30, 2008 Date - 2.0 BID DOCUMENTS Note: ALL BID DOCUMENTS MUST BE SUBMITTED IN THE SAME ORDER AS RECEIVED FROM THE CITYAND WITHIN A BOUND PACKAGE. FAILURE TO SUBMIT ALL OF THE ITEMS LISTED ON THE FOLLOWING PAGES, IN A SEALED ENVELOPE, MAY RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. 2-4 2.1.1311d Document Checklist All Bid Documents, including this checklist, must be completed in full and submitted in a in sealed envelope, in the requested order,to be considered a responsive submittal. Bid Documents Initial if Included 1. Bid Document Checklist _ T—r 1 2. Acknowledgement of Receipt of Addenda _�- 3. Scope of Work 4. Cost _ �+ 5. Contractor Information and Qualifications 6. Subcontractor Information and Qualifications _ 7. Bonds 8. Statement of Residency _ 9. Nondiscrimination 10. Prevailing Wage Rates 11. Insurance Certificates 12. Contractor's Responsibilities 13. Contractor's Legal and Compliance History _ I understand that all of these items will be reviewed, and any items not included may result in my bid being considered non-responsive. Signature _ Name Karen Andrews Title President Company Intercon Environmental, Inc. Date January 30, 2008 2-5 2.2.Acknowledgement of Receipt of Addenda 2.2.1. Check if applicable The undersigned acknowledges the receipt of the following addenda to the Invitation to Bid, and has attached all addenda following this page. (Add lines if necessary). 1 Addendum Number 1 (Date received) Addendum Number 2 (Date received) .. Addendum Number 3 (Date received) 2.2.2. Check if applicable_ / The undersigned acknowledges the receipt of no addenda to the Invitation to Bid. .. CO RACTOR: Intercon Environmental, Inc. Si nature Company Karen Andrews January 30, 2008 Name Date President Title 2-6 2.3. Scope of Work Bids are being accepted by the City of Fort Worth for the furnishing of all labor, materials and equipment necessary for the removal of all asbestos-containing materials (ACM) according to specifications outlined by IHST and to perform the demolition and disposal of a residential structure located at 815 E. Magnolia. The single-family structure is located on Lot 19 of Zurn Addition. The pier and beam, single-story structure is approximately 1,000 square feet with wood construction. All utilities have been terminated to the structure. The scope of work includes: • removal of approximately 3,650 square feet of ACM joint compound from sheetrock walls and ceiling; • removal of approximately 75 square feet of ACM linoleum flooring/backing; • removal of approximately 170 square feet of ACM 12N 12" floor tile with associated mastic ; • disposal of all ACM as asbestos-containing waste; and • demolition of structure after all ACM has been removed, including driveway. Measurements are approximate. It is the bidder's responsibility to verify quantities. The project is scheduled to be completed in 10 days. LM a 2-7 u. 2.4. Cost The undersigned hereby proposes to furnish the equipment, labor materials, 4 superintendence, transportation, disposal costs and any other items or services necessary to complete the scope of services detailed in this Solicitation. Bids shall be firm priced offers unless otherwise specified. The asbestos abatement price will be inclusive of abatement of all asbestos-containing material and their disposal as asbestos-containing material. The demolition price will be inclusive of all improvements on the property and proper disposal. .Item DesOrliption 1. Asbestos Abatement. 6,5M,00 2. Demolition $ 51500.00 TOTAL $12.000.00 MW CO TRACTOR: .,. Intercon Environmental, Inc. ignature Company Karen Andrews January 30,2008 Name Date President ■+ Title +r 2-8 2.5. Contractor Information and Qualifications Bidder shall submit the following items proving they are duly qualified and capable to fulfill and abide by the requirements listed herein. The documents listed below shall be included in this bid submittal, in the same order as listed, following this page, bound within the response. 2.5.1. Bidder shall provide company information including its company name, address, telephone number(s), email address and FAX number(s) for the local office as well as the headquarters. 2.5.2. Bidder shall complete a staff matrix including the following information detailing the provider's personnel, their qualifications, and years of experience for staff that will be providing services associated with this Solicitation. ■ Position title and job function as associated with this contract, (President, Vice President, Project Managers, Technical Managers, Field Supervisors, etc.) • Name ■ Tasks to be performed in association with this contract ■ Certifications/Licenses ■ Total Years Experience ■ Length of employment with your company 2.5.3. Provide copies of any and all relevant licenses and certificates held by the contractor and contractor's staff who will be assigned to this project. s an 2-9 2Wtercon ENVIRONMENTAL, INC. 2214 FM 1187 Building 6 . Mansfield Texas 76063 . Telephone (817) 477-9995 . Facsimile (817) 477-9996 www.intercon-env!ronmental.com 2.5. 1 Contractors Company Information Intercon Environmental, Inc. 2214 FM 1187, Building #6 Mansfield, Texas 76063 (817) 477-9995 Telephone (817) 477-9996 Facsimile Person of Contact: Ms. Karen Andrews karen@intercon-environmental.com 4 Texas DSHS Asbestos Contractor License No. 80-0805 46 Texas DSHS Asbestos Transporter License No. 40-0336 Texas DSHS Lead Firm License No. 2110368 Texas DSHS Mold Remediation Contractor License No. RC00136 46 NCTRCA Certificate No. WFDB34659YO808 4 SCTRCA Certificate No. 20702202 4 HUB Certificate No. 1522437774500 — td to rco n ENVIRONMENTAL, INC. 2214 FM 1187 . Building 6 . Mansfield Texas 76063 . Telephone (817) 477-9995 . Facsimile (817) 477-9996 www.intercon-environmental.com 2.5.2 Contractors Staff Matrix Position Title Name Tasks Certifications/Licenses Total Years Length of &Job Experience Employment Function President Karen Andrews Operations Bachelor of Science in Biology 15 years 4 years with a minor in Chemistry; DSHS Lead Abatement Supervisor Vice President Jerrold Andrews Operations& DSHS Asbestos Abatement 16 years 4 years Safety Supervisor and Mold Remediation Supervisor Sales Manager Fernando Avila Operations,Safety, DSHS Asbestos Abatement 20 years 4 years &Project Supervisor Management Sales Manager Bob McFadin Operations,Safety DSHS Asbestos Abatement 33 years 4 years &Project Supervisor, Class A CDL Management License Project Manager Jose Contreras Project DSHS Asbestos Abatement 20 years 4 years Management Supervisor Project Manager David Dunham Project Class A CDL License 20 years 1.75 years Management Supervisor Hector Medina Project Supervision DSHS Asbestos Abatement 20 years 4 years Supervisor Supervisor Eulogio Torres Project Supervision DSHS Asbestos Abatement 23 years 1.75 years Supervisor W J Z W CD 79 x U A ti W N ui 51 �s y ii� O w J W W H O z N 2 2 W Ha •2 C! 4 41% M m W w •� � 3 � o v �a91 a N Q' a d 1 J b d w Z a+ w LL UJ �X Z �1+� Z c� 0 � o z o w 3H Z LLI w b ly LLI v o e o o w z � � N h N • V a; a � c lid uI� ,tom' J LL 04 st �' z Aor z L o H . QV a w , low• JIL AIL :m folli JIL r.-I town ��. 7t 14L tw JIL r � A; inrimi= -4K Lin -- I � o i� N U O C y O ! W o c� 0 �p w °��' coo 10 cr a L G y a O o0 y '0 O C C O cl C) G rz o � H O x W s N x .0 O L O azi c N co Gn L � 8 b U w a 0. C. p O Alm) ; o 8 c w V� o 0 Lu rr c _ Q y O �1� a U c y O U Cl) m c,.y I= F- F-' C. N a c7 o v l D o on c 5 rn O c rn C� o F- .L w Z m � .rn a) u� m d 0 U 5 I Physician's Written Statement *T:: EXAS Medical Surveillance for Asbestos Exposure Department of State Health Services Environmental&Sanitation Licensing Group www.tdh.state.tx.us/boh/asbestos 800/572-5548 or 512/834-6610 wiyvi%TexasOnline.com Fax: 512-834-6614 1e��• A- CaalaKo,-s ( 3f;-D9--,/839 � 97 L$o-2Ogy Applicant Name: (First,M.1.,Last) Social Security tk Telephone Number(including area code) Street Address: City State zip INDICATE WHICH ITEMS WERE PERFORMED WITH PHYSICIAN'S OR ASSISTANT'S INITIALS: (Any that are not applicable, must still be initialed off in addition to the N/A.) J)ite above-named individual was seen on o7 - a? •. I- (Must be filled-in by Physician or clinic.) Completion and review of the standardized medical questionnaire and work history with special emphasis directed to the pulmonary,cardiovascular,and gastrointestinal systems per part 1 and 2 of Appendix D in 1926.1101, If employed, the employer provided,and review was made of,the employer's description of this employee's duties as they relate to the employee's exposure, the employee's representative or anticipated exposure level, the personal protective and respiratory equipment to be utilized by the employee,and information from previous medical examinations of the affected /- employee that is not otherwise available to the physician. AT physical examination with emphasis upon the pulmonary,cardiovascular,and gastrointestinal systems. he pulmonary function tests of forced vital capacity (FVC) and forced expiratory volume at one second (FEV 1) in cordance with NIOSH and ATS standards. dicate whether or not the physician decided that an x-ray was required and was performed:YES l� or NO A est roentgenogram, posterior-anterior, 14"x 17"or current film on file with interpretation in accordance with 29 CFR 26.1101,Appendix E. *NOTE: According to 29 CFR 1926.1101(1VI)(2)(ii)(C),the requirement for a chest x-ray is - at the physician's discretion. The employee was informed by the physician of the results of the exam and of any medical conditions that may result from / asbestos exposure including the increased risk of lung cancer attributable to the combined effect of smoking and asbestos exposure. Unless otherwise noted below, this evaluation indicates that no medical conditions were detected that would place the employee at an increased risk of material health impairment from exposure to asbestos, and :to limitations are recommended on the eiapiv-;:;e. concerning the use of personal protective equipment or respirator. By signing this form,I acknowledge that this examination has been performed in accordance with either 29 CFR 1926.1101 or 40 CFR 763.122(a),as required. Comments or limitations,if any rr. r' ✓' r� 214 630-1 l44 Phy�ei Print Physici 's ame Telephone Number(including area code) i 441 Irving Blvd Ste 220 Dallas Texas 75247 Street Address City State Zip Revised April 2005 Publication a F18-11669 PRIVACY NOTIFICATION 'Nish feet exceptions you have lh,•right w request and be intiunicd about information Thal the State of'1'ezas collects about you. YOU am entitled to re.:eit a and roe icei the intor cation upon request You also have the right to ask the stale ngeney to correct any inlbrnianon that is detennemd to In mcorrcat. Sea http '\r.a tlhstala.u.us Im more infoimauon on Privacy Notitictutnn.(Ref4ience GovermncntCode,SOction 551021 552 0'_?.559 001 and 551)(1W) I also understand that disclosure of a social security number by an applicant is mandator\ under dic Family Codc Section 231 3o�. Social security numbers are a+nfidcnlntl and Hill be used for+dcnulicatuai and rarrnting purposes required by I;i\\.under the Priv-.icy Adfi6��j >f•QCG6( 3f(�it , numtrr;s being giver. iuluntaily and muv be used b•, the l:nvinrrumctital k Sanitation Licensing Group ru verih my identirv. 3141 Irving Blvd.Suite 220 Dallas, TX 75247 TN.214-49So-1144 fax: 214-0 www.m�dnl..r�.•nfin�....-.> "ntercon ENVIRONMENTAL, INC. 2214 FM 1187 . Building 6 . Mansfield Texas 76063 . Telephone (817) 477-9995 . Facsimile (817) 477-9996 www.1ntercon-environmental.com Respirator Fit Test Employee Name: T Se- A, �vc'�reras DSHS License Number: 'd�{�O f Respirator Type: Half-face Respirator Brand: North Respirator Size: Medium KGarge (circle one) Question Yes No 1. Was respirator reasonably comfortable? 2. Was positive and negative pressure test administered? 3. Does the individual understand fully the protection factor of this type respirator? 4. Was the individual instructed on the proper use and ./ care of this type respirator? 5. Was a smoke type test administered? l� 6. During the actual test was the individual required to converse and move his or her head around to insure correct fit? 7. Did recipient pass fit test? These items are my personal responsibility. If I lose any of this equipment or negligently damage any, I will reimburse Intercon Environmental, Inc. the full list price for each article lost or damaged. I agree that this information above is true and correct. Employee Signature: �IOS� ,�, / � c�7-e✓c�c, Test administered by Title Supervisor I am experienced in the Aldministrat6n of proper fit tests. Date of fit test /—/& —de'?' OSHA Regulations (Standards - 29 CFR) 1910.134(f)(2) The employer shall ensure that an employee using a tight-fitting facepiece respirator is fit tested prior to initial use of the respirator, whenever a different respirator facepiece (size, style, model or make) is used, and at least annually thereafter. 1910.134(f)(3) The employer shall conduct an additional fit test whenever the employee reports, or the employer, PLHCP, supervisor, or program administrator makes visual observations of, changes in the employee's physical condition that could affect respirator fit. Such conditions include, but are not limited to, facial scarring, dental changes, cosmetic surgery, or an obvious change in body weight. Certificate ofWorker's Acknowledgement and Worker Release In terco n Environmental,. Inc. Project Name _ _._. _ Date Project Address _ WORKING WITH ASBESTOS CAN BE DANGEROUS. INHALING ASBESTOS FIBERS HAS BEEN LINKED WITH VARIOUS TYPES OF CANCER. IF YOU SMOKE AND INHALE ASBESTOS FIBERS TFIE, CHANCY, THAT YOU N ILL DEVELOP LUNG CANCER IS GREATER THAN THAT OFT H NON-SMOKING PL'RLIC. Your employer's 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, and you receive a medial examination. 'I'ltese 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 and are agreeing to hold the Owner, his Consultant, Testing Laboratory, and representative harmless in any and all claims arising from or related to this project. RESPIRATORY PROTECTION: I have been trained in the proper use of respirators, and informed of a� the type respirator to be used on the above referenced project. I was given. a copy of the written respiratory protection manual issued by zn_y employer. I have been equipped at no cost with a respirator to be used on the above project 1 TRAINING COURSE: I have been trained in the clangers inherent. in handling asbestos and breathing asbestos dust and in proper work procedures and personal and area protective measures. The topics covered in the course included the following: Physical characteristics of asbestos Health hazards associated with asbestos Respiratory protection Use of protective equipment. Pressure Differential Systems Work practices including hands-on or on-job training Personal decontamination procedures MEDICAL EXAMINATION: I have had a medical examination within the past 12 months at no cost to me. This examination included: health history, pulmonary function tests and may have included an evaluation of a chest x-ray. By signnlg this dOe ument I a1n acknowledging only that the: Owner of the building. I am about to work in has advised me of my rights to training and protection relative to my employer, Intercon Environmental, Inc.. r 5ie11ature: . J ,A (" n Soul Security No 1 Pritlted Name: y I #all y �� V s 8�► i N N�N Q 000 o v at o p, * L t [� � o �' * al � E } y / c co 0 `y O CD n w I 4 00 00 �o W w O C t� tO O y W � i O •� Ll. cd n W to $ N SS O O y O` L Lee e� bD C t cw r O41 o 0, � Q o O. bo 3 0 oo, 10 c r CO = o a Lij f w co y 11] Q d ,.? Fes- Fes- a H Cl)LLI U uzi v a n v ° Isr C o p c o CO .. 'ro Z_ C m D v.N o d LL fA • O 8 ; a w chi l cc � J V LU 7 • m • a� r a m v 9 . 0 R � IL e Physician's Written Statement � TEXAS Medical Surveillance for Asbestos Exposure Department of - �State Health Services Environmental&Sanitation Licensing Group w.r...tdh.state.tx.us/beh/asbestos 800/572-5548 or 512/834-6610 ww A-.TexasOnline.com Fax: 512-834-6614 635 05 /5yl ( 1 Iicant Name: (First,M.I.,Last) Social Security H Telephone Number(including area code) Street Address: City State Zip INDICATE WHICH ITEMS WERE PERFORMED WITH PHYSICIAN'S OR ASSISTANT'S INITIALS: (Any that are not applicable,must still be initialed off in addition to the N/A.) e above-named individual was seen on - -27/9 1_ (Must be filled-in by Physician or clinic.) Completion and review of the standardized medical questionnaire and work history with special emphasis directed to the w pulmonary,cardiovascular,and gastrointestinal systems per part 1 and 2 of Appendix D in 1926.1101. i ZIf employed,the employer provided,and review was made of,the employer's description of this employee's duties as they relate to the employee's exposure,the employee's representative or anticipated exposure level,the personal protective and respiratory equipment to be utilized by the employee,and information from previous medical examinations of the affected employee that is not otherwise available to the physician. A physical examination with emphasis upon the pulmonary,cardiovascular,and gastrointestinal systems. 1� The pulmonary function tests of forced vital capacity (FVC) and forced expiratory volume at one second (FEV 1) in accordance with NIOSH and ATS standards. Indicate whether or not the physician decided that an x-ray was required and was performed:YES or NO A chest roentgenogram,posterior-anterior, 14"x 17"or current film on file with interpretation in accordance with 29 CFR 1926.1101,Appendix E. *NOTE: According to 29 CFR 1926.1101(M)(2)(ii)(C),the requirement for a chest x-ray is at the physician's discretion. The employee was informed by the physician of the results of the exam and of any medical conditions that may result from asbestos exposure including the increased risk of lung cancer attributable to the combined effect of smoking and asbestos exposure. Unless otherwise noted below,this evaluation indicates that no medical conditions were detected that would place the employee at an increased risk of material health impairment from exposure to asbestos, and no limitations are recommended on the employee concerning the use of personal protective equipment or respirator. By signing this form,I acknowledge that this examination has been performed in accordance with either 29 CFR 1926.1101 or 40 CFR 763.122(a),as required. Comments or limitations,if any h1 214 630-1144 ysi i a 6re Pri hysi an's Name Telephone Number(including area code) 3141 Irving Blvd,Ste 220 Dallas Texas 75247 Street Address City state Zip Revised April 2005 Publication N F18-11669 PRIVACY NOTIFICATION With ietl eacepuonS you haN c the rn.1hi to request and be rnfornied about mi'unnauon that the,SunL of•1•exaS Collects about you You are entitled to receive and ievlew die ina)-niation upon request You also have die right to ask the state agene\ to correct am inJornianon that is determined it, be incorrect. See (ntp_;rrwtc%+idh.stata u.us foi more infoi manon on Privacy Notification.(Reference Government Code,Section 552 021.552 0235.559 004 and i50004) I also understand that disclosure of a Social security number by an applicant is mandatory under the Family Code Section 2 1 302, Social Security numbers are confidential and v.ill be used for identification and reporting purposes r �' ' J.EY 'r .i v 9ct 5 U C�552(w,mN social security number is being given .olwnanh and may be used by the Hnvnronniental k Sanrtauun 1..icenyty,�rq^i TSt�?e. 'ft:Y 22O1 Mb 33TT44 11rVDilalla���s,1,T7(Q 75247 7.l:2,14-630-1-I4s fruu:=,14-007-3620 M�M�w.n.�O�lo►tonlln s.��lw ..A n to rco n ENVIRONMENTAL, INC. 2214 FM 1187 Building 6 Mansfield, Texas 76063 . Telephone (817) 477-9995 . Facsimile (817) 477-9996 — www.intercon-environmental.com W Respirator Fit Test Employee Name: �k—i�C' (��a P���►�Q� DSHS License Number: Respirator Type: Half-face Respirator Brand: North Respirator Size: Medium Lar e _ (circle e) Question Yes No 1. Was respirator reasonably comfortable? ` 2. Was positive and negative pressure test administered? 3. Does the individual understand fully the protection factor of this type respirator? 4. Was the individual instructed on the proper use and .� care of this type respirator? 5. Was a smoke type test administered? 6. During the actual test was the individual required to converse and move his or her head around to insure correct fit? 7. Did recipient pass fit test? These items are my personal responsibility. If I lose any of this equipment or negligently damage any, I will reimburse Intercon Environmental, Inc. the full list price for each article lost or damaged. I agree that this information above is true and correct. Employee Signature: Test administered by _-1 Cse ��. �r� rci'rz� Title Supervisor I am experienced in the administration of proper fit tests. /a� Date of fit test OSHA Regulations (Standards - 29 CFR) 1910.134(f)(2) The employer shall ensure that an employee using a tight-fitting facepiece respirator is fit tested prior to initial use of the respirator, whenever a different respirator facepiece (size, style, model or make) is used, and at least annually thereafter. 1910.134(f)(3) The employer shall conduct an additional fit test whenever the employee reports, or the employer, PLHCP, supervisor, or program administrator makes visual observations of, changes in the employee's physical condition that could affect respirator fit. Such conditions include, but are not limited to, facial scarring, dental changes, cosmetic surgery, or an obvious change in body weight. Certificate of Worker's Acknowledgement and Worker Release Intercon Environmental, Inc. Project Name Date Project Address 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 employer's contract with the Owner for the above project requires that you be supplied with the r. 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, and you receive a medial 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 and are agreeing to hold the Owner, his Consultant, Testing Laboratory, and — representative harmless in any and all claims arising from or related to this project. RESPIRATORY PROTECTION: I have been trained in the proper use of respirators, and informed of the type respirator to be used on the above referenced project. I was given a copy of the written respiratory protection manual issued by my employer. I have been equipped at no cost with a 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 measures. The topics covered in the course included the following: Physical characteristics of asbestos Health hazards associated with asbestos Respiratory protection Use of protective equipment Pressure Differential Systems Work practices including hands-on or on job training Personal decontamination procedures MEDICAL EXAMINATION: I have had a medical examination within the past 12 months at no cost to me. This examination included: health history, pulmonary function tests and may have included an evaluation of a chest x-ray. .. By signing this document I am acknowledging only that the Owner of the building I am about to work in has advised me of my rights to training and protection relative to my employer, Intercon Environmental, Inc. Signature: H ec+or Med i no. S ial Security N 5�_3`, ()--S ZZ2 1 Printed Name:��f% 7 �� li%/� Wi ess: L_ o • ?� ti or bc ..:. ..� ¢ coo .� , POO AD A OWN • ""'" '... �•••y ItdY I � o o N M 0 �• CQ `0 w o � a 4•� 4i o a 5 N w U ccoo a' A � Q a Y W w cn �« •� c c `= LL co o " 0 o O d s, E- fl v, � a� a O y o � y •� 3 p � i,,,, �1, ,.� •ice", �I � � .� � � �, C.0 00roll cl LA ' ' 11 � •cn ¢ �O awi m Cd Vd o`er. c a c N ( VJ : O U N w � o w a� :C is w � U JAN/05/2008/SAT 10:53 AM P. 001 e Physician's Written Statement �� t TEMSMedical Surveillance for Asbestos Exposure - _ Deparlmani of State Health Services Envirol'u:aeutal&Sanitation Licensing Group www.tdh.ctat�ta.us/behlashcstos 800157M548 or 512/834-6610 'F '-TcrasOnline.coa� erAA—FLo of"a 33Py�se/ Apnlicatrt 1\ame: (Errs.M.I.,I eu) Socral secwtty n Tdephwa Nbumbar(it>ciw tg an rode) 2c f—.f Agin dtc%ti A v rnr r"+c 7s2�r Svast Addras: Chy Stare Zip DMICATE WffiCH ITEMS VMI RE PERFORMED W=FEWSWUN'S OR ASSISTANT'S LT1T1 ULS: (Any that are not applicable,must still be initialed off in addition to the NIA.) The above-named individual was seen on I— ( —L9 h) (Must be filled-in by Physician or clinic.) Completion and review of the standardized medical questionnaire and work history with special emphasis directed to the pulmonary,cardiovascular,and gastrointestinal systems per part l and 2 of Appendix D in 1926.1101. If employed,the employer provided,and review was made of,the employer's description of this employees duties as they relate to the employee's exposure,the employees representative or anticipated exposure level,the personal pretective and respiratory egnipme nt to be utilized by the employee,and information from previous medical examinations of the aft cited ' employee that is not otherwise available to the physician. A physical examination with emphasis upon the pulmonary,cardiovascular,and gastrointestinal systems. The pulmonary function tests of forced vital capacity (FVC) and forced expiratory volume ai one second (FP-V 1) in Waccordance with MOSH and ATS standards. Indicate whether or not the physician decided that an x-ray was required and was performed,YES or NO A chest roentgenogram,posterior-anterior,14"x 17"or current film on file with interpretation in accordance with 27& 1926_1101,Appendix E. "N'OTF-: According to 29 CF'A the requirement for a chest x-ray is at the physiclau's discretion. rt iF--L The employee was informed by the physician of the results of the exam and of any medical conditions that may result zrom asbestos exposure including the increased risk of lung cancer attributable to the-combined effect of smoking and asbestos exposure. Unless otherwise noted below,this evaluation indicates that no medical conditions were detected that would place the employee at an increased risk of material health impairment from exposure to asbestos, and no limitations are retommende&on file employee concerning the use of personal protective equipment or respirator. By signing this form.I acknowledge that this examination has been performed in accordance with either 29 CFR 1926.1101 or 40 CFR 763.122(a),as required. Comments or limitations,if any r f2141630-114A _ msictans 5r Tint Physician's Name Telephone Nurriber(including erca code) 314I Irvin¢Blvd.Ste 2?Q Dallas Texas 737�47 5treat_ city Stare Zip rt Revised Ap ?2003 ?ublictTion#FI S•11664 PRIVACY NOTIFICATION Wfit'fete exceptions.you have The nit to r:cumn aryl be iiitonn:i about;nforn1w;on the ;hr Suno o;Tcxas collects alto;rt you, You 3^e e:uirica to rdtnve!!nd i evwti The initinimittrt upon request. You ttiso !avr tht right to Lsk the star- a,enr+ to ';tvm:tt any inlbrrt non i= is dt;ttrtn,.=ad in br tranrrect. JCv hn--.rA-ww idlt.ataic.mua for more inftt 4mTion o r.!►rive:_Kocfieati,..rl eiw•ene, G"e,rir,em Co t "dt P tr cal�iV!h1�) � CaCi l�ipS3e ' 7 eLio±�n,.ersttid thzt dis`alosurE Of 9 iOctZi `;et:uTl�' nTRliacr.y an eppiicatgi is 7:f1'ui81�tV Una�7 ,•grit t��t$,i}ij,�",e'$ix. >ttt:it:Satcur.:v ntu:�^ers er= .xintjdenite1 trid wilt be tiled for ident'efieation;4mi:gwiing?Upo�4 rzwp_d ay lay-,under the I't r� i �:a,be}� ecis?see:itv ru aiaer 4 be na give..1 -ulu:Drily and may be used by the Elviroro icins 1&Smiamnan Licensing 0r,4u,t t verity my Wnu+y. ba.88, r JJ�.f — T�,e2�4.asO.y q�b Fax:�YMi3T-s62� . M,M,y,��raf9 rler+lin S.GbT --- ntercon ENVIRONMENTAL, INC. 2214 FM 1187 . Building 6 . Mansfield Texas 76063 . Telephone (817) 477-9995 . Facsimile (817) 477-9996 www.intercon-en_v_i_r_onmental.com Respirator Fit Test Employee Name: �'v Loj'F ,e0 Pe7g DSHS License Number: Respirator Type: Half-face Respirator Brand: North Respirator Size: Mediu Lar e _ (ci cle on ) Question Yes No 1. Was respirator reasonably comfortable? 2. Was positive and negative pressure test administered? 3. Does the individual understand fully the protection factor of this type respirator? 4. Was the individual instructed on the proper use and care of this type respirator? 5. Was a smoke type test administered? 6. During the actual test was the individual required to converse and move his or her head around to insure correct fit? 7. Did recipient pass fit test? These items are my personal responsibility. If I lose any of this equipment or negligently damage any, I will reimburse Intercon Environmental, Inc. the full list price for each article lost or damaged. I agree that this information above is true and correct. Employee Signature: to 16ere�. Test administered by —� �T Title Supervisor I am experienced in the ministration o proper fit tests. Date of fit test !"/& _0cs5 OSHA Regulations (Standards - 29 CFR) 1910.134(f)(2) The employer shall ensure that an employee using a tight-fitting facepiece respirator is fit tested prior to initial use of the respirator, whenever a different respirator facepiece (size, style, model or make) is used, and at least annually thereafter. 1910.134(f)(3) The employer shall conduct an additional fit test whenever the employee reports, or the employer, PLHCP, supervisor, or program administrator makes visual observations of, changes in the employee's physical condition that could affect respirator fit. Such conditions include, but are not limited to, facial scarring, dental changes, cosmetic surgery, or an obvious change in body weight. Certificate of Worker's Acknowledgement and Worker Release Intercon Environmental, Inc. Project Name Date Project Address MW 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 employer's 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, and you receive a medial 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 and are agreeing to hold the Owner, his Consultant, Testing Laboratory, and representative harmless in any and all claims arising from or related to this project. RESPIRATORY PROTECTION: I have been trained in the proper use of respirators, and informed of the type respirator to be used on the above referenced project. I was given a copy of the written respiratory protection manual issued by my employer. I have been equipped at no cost with a 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 measures. The topics covered'in the course included the following: Physical characteristics of asbestos Health hazards associated with asbestos y Respiratory protection Use of protective equipment Pressure Differential Systems Work practices including hands-on or on job training Personal decontamination procedures MEDICAL EXAMINATION: I have had a medical examination within the past 12 months at no cost to me. This examination included: health history, pulmonary function tests and may have included an evaluation of a chest x-ray. By signing this document I am acknowledging only that the Owner of the building I am about to work in has advised me of my rights to training and protection relative to-my employer, Intercon Environmental, Inc. Signature: C5�— th�t�` J�Tif�' Social Security No. �-tJ'3 4Cl f p 7't Printed Name: ��r:ems-► � -%�r e- Witness: Cw �rr yea-s 2.6.Subcontractors Information and Qualifications Complete the following table listing each subcontractor and their proposed task associated with this contract. ul contractor's 1�lama Prod Task — - — — CBA Services, Inc. Waste Hauling F If subcontractors are to be utilized, the following information should be submitted for EACH I subcontractor. (This section must be completed in addition to the required M/WBE documentation in Section 2.9.) 2.6.1. Subcontractor's company name, address, email address, telephone number(s), and FAX number(s) for the local office as well as the headquarters. 2.6.2. Matrix including the following information detailing the subcontractor's personnel, their qualifications, and years of experience. ■ Position title and job function as associated with this contract, (President, Vice President, Project Managers, Technical Managers, Field Supervisors, etc..) ■ Name ■ Tasks to be performed in association with this contract ■ Certifications/Licenses ■ Total Years Experience 2.6.3. A copy of all relevant company and staff licenses and/or certifications. �.r 2-10 to rco n ENVIRONMENTAL, INC. 2214 FM 1187 Building 6 . Mansfield, Texas 76063 . Telephone (817) 477-9995 . Facsimile (817) 477-9996 www.intercon-environmental.com 2.6. 1 Subcontractors Company Information HAZARDOUS WASTE HAULING CBA Services, Inc. 5877 Barnett Road, Suite A Krum,Texas 76249 Person of Contact: Ms. Jana Osborn (940)482-9900 Telephone (940) 482-3457 Facsimile janaosbom@hotmail.com r 4 Texas DSHS Asbestos Transporter License No. 40-0312 NCTRCA Certificate No. WFDB33008Y1207 4 SCTRCA Certificate No. 207063049 �. HUB Certificate No. 1020623415400 r XW services, inc. 5877 Barnett Road, Ste. A Krum,Texas 76249 Phone: (940) 482-9900 FAX: (940)482-3457 January 24, 2007 Ms. Karen Andrews Intercon Environmental, Inc. 2214 FM 1187, Bldg. 6 Mansfield, Texas 76063 CBA Service#: Employee Matrix Dear Ms.Andrews: _ The following are the employees that will work on the project we discussed earlier today. I have outlined each employee that will be involved and their respective responsibilities, licenses, certificates and experience. Name Job Tasks Certificates Years Title Performed /Licenses Exp. Jana Osborn President Operations & Safety 18 Vears TX Class A CDL Ops. Driving, Operations #15022647 w/Haz End. 10 years Kelsey McCaughan Mg. & Safety Asbestos Awareness TX Class A CDL #09859793 w/Haz End. 23 years Ned Daniels Driver Driving Asbestos Awareness TX Class A CDL #00728358 w/Haz End. 13 years Scott Stephens Driver Driving Asbestos Awareness • If you have any questions or need any additional information,please call me at (940)482-9900. Sincerely, Jana Osborn, �' President ��'"!'R:k;.'.Y;is"':.'�,`�'r rC:?.iYn r.r)�i i4..��, �rx> x>Yr t-�:�$'i J����:rl7.�r .K.�!t SS:j ir' 1t: .:•F)' iL f�_ CBA Servicej,Inc. 5877 Barnett Road,Suite A Services,Inc. 5877 Barnett Road, Suite A Krum,Texas 76249 Krum,Texas 76249 6GO Cert�figs r Vif� S � bat yen Has been fitted and tested for the use of Respirator(s)described below: Has completed the Asbestos Awareness Training In Accordance -r Scott Full Face Size_S M L_XL with OSHA 29 CFR 1910.1001 MSA Half Face Size_S M_L�[XL " J Other Co- Date 13 O Certified By Date Certified By n ) " d "`r: �� .' ,r.,�,n? F.; `'.r r'Aipw:�M'.:+lt "f 'a <it + �•yS`".r„`jV in•.. �a, .'�.. , *••i y�� ,+�y, i CBA' Services, Inc. 5877 Barnett Road,Suite A CBA Krum,Texas 76249 Services, Inc. 5877 Barnett Road, Suite A This ertifies Th l t Krum,Texas 76249 e. S This Certifies That C I las been fitted and tested for the use of Respirators)described below: A! :/,e 'A Scott Full Face Size _S__M_ L XL Has completed the Asbestos Awareness Training In Accordance MOA Half Face Size�_S_P' ,_�_.._XL p with OSHA 29 CFR 1910.1001 _)LO�hcr f0-7 n �t�Cjj Dad Certified By Dale Certified By CBA Services,Inc. 5877 Barnett Road,Suite A CBA Krum,Texas 76249 Services,Inc. 5877 Barnett Road,Suite A This Certifies Thai 4 y Krum,Texas 76249 >Q This Certifies That Has been fitted and tested f the use of Respirator( scribed below: K�;. �e y ��4 a h�� Scott Full Face Size_S_M_L XL Has completed the Asbestos Awasen rainin In Accordance MSA Half Face Size^S�M_L_XL p g with OS}!A 29 CFR 1910.1001 Other 11) Certified By Datef I Certified gy- Date cLASS:A COL: 007 ttoNt P Naonu aaoa�o � ail � DOB: 09-14-71 HT., r EXPIRES:09-14-10 OVE , REST:P ; <<�s attootwtaEwtt► END:X ",»- IITnk veftis Har Wus m&MMts ,r STEYENS,SCOTTY t 1 _ p Directive to DMldctan ❑ErM►genoY p Allergic reaction } POE 471 ,v M+*' hat been flied at lei a oorr r number to drugs KRUM TX 76249 T a ANT Marl MAN 11 I=1*"RT�1F:NT PUBL1l'ti.4fF.T1 will CLASS:A GDL: Op8lfQ7 P maimol wowum.0ow+� DOB: HT:5-0 obdo 0010 EXPIRES: E:YE4-61A REST:P SEX:M r.' �NpQR{tMaNT{ ENO:X tt rw*VCMUA t 1/JJMN}xR.M bNt DANIELS,NSD JAMES i t if,E1 HILL COUNTRY„ .. »^ --M `}'" a has boon to atitel Ir p Emergecontaot�Wnbor p ioldrgic reaction PONDER TX 7162tS y, n,. c ,Z s t �1`llli fell la Il M�lfil�l Ilf11If NI 144 - rI IEXA; � �� nl•.r.tiu 1,1.11•:N'113 rinll.l( tinl�r:rti ;.��4 ((1►I�It.It(11 )If I\11,14 1J(7t��1 CLASS:AM CDL: 1502264 gestntcrtoNa DOB: 11-23.74 HT:6-t)P y_ HO Rew,%ms EXPIRES: 11-23-10EYES�:B b REST: SEX.M END:PH etrtwgs6Mtdrrra v^f• P Pas,9lger '�� ' MCCAUGHAN,KELSEY ILE "" "`�" Directive to H HaraNau!male Ml5 r.""` ❑Emergency Adler is reaction � 908 MEADOW CREEjC..DR"""'" + p physician KRUM TX 76249 has been filed at tal M ❑ g ip�1�� contact number to drugs JI I,�,S fOA 15 11E i 4"Sy..1,'C• -`lr4G,L�nii IeL / �. �- � I�I �I IIIN��IIfII���Ifif(IIIII! w T� J V1 m W � O u LL ~ N N kn CWl� z Q � o x � � - o W y w H kn Qn Q ° a o o v Q � •� o Qrott col i W `� •� it ° ao O � o M C f— 1 / r •w ACORO CERTIFICAT.E.0F `L�IABILl' Y..tNSU�tANGE�• OATE 03130 017 PRooUctR THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR r ANN MCBRIDE INSURANCE AGENCY ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. ].4 4()`J WEBB CHAPF..T, RD STF 2.0b COMPANIES AFFORDING COVERAGE FARMERS RRANC:H, TX 75234 COMPANY 972 241 7766 972 241 4002 A RSUT ]NUEMNITY CO I INSURED C(.uAI-aNY II CBA SERVICES INC B NATIONAL CASUALTY _I COMPANY �, __. EI '/7 BARNETT RD, STE. A C EVEREST INDEMNITY "r YRUM,1'X 76249-3345 COMPANY D NATIONAL LIAP.,TTITY & FIRE INS I - COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSIIRANCF_LISTED RH.CIW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESVkCT TO WHICH THIS CERTIFICATE MAY 8E ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS Of SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIL)CLAIMS Co TYPE OF INSUR►NCE POLICY NUMBER POLICY CFFEC'(IVE POLICY EXPIRATION OMITS LT" OAT!(MWDONN) DATE IMM,DOM/) r GENERAL LIABILITY DODILY INJURY OCC S X GLwPKWht:dlVk fQkM BODILY INJURY ACf. S PRCMI5E5KPERATKr+5 PM(WERTY DAMAGE OCC S •�. - UNU[RI.YAgUNO PRhPFRTYC)AMAf,tAO, S EXPLOSION d COLLAPSE HAZARD ... _ PRODUC15rC*APL6TC0 UPCR BI d PD coww"EO tYf: _ $1, 000, 000 CC11111ACTUAL 100001907-071 03/21/17 O3/11/01 ouf•UWMHNtDAUO s2, 000, 000 INDEPENDENT CONTRACTORS PERSONAL INJURY AGG 31, 000, 000 No IR70A0R/WMIW II,cHIY11AMAfY FIRE OAMAG - $50, ()O() "- PFRFL)N,d WJORY MED EXP 35 000 AUTOMOBILE LIABILITY BODILYU JURY AKr H111) (Per pereun) S GEM I ALL OWNEO AUTOS(Pale Plnt) l—, RCN11Lv WJUgv S I ALL OWNED AU CA IPer stxa%nll I (Dum U%W Pnvate Piw-oo IT a YIHIRCUAUTM CT00108572 03/30/0'/ 03/30/013 PKnPERTv DAMAr,E a X NON.OMIED AtITOS r GA RAGE LIANUTY BODLY q d PROPERTY DAMAGE S X SCFILEU AU'1'U_. WWDRCD 1, 000, 00_0 _.._.. _ Excess U4BIUTY EACH OCCURRENCE S _4, 000,^ 000 r J1 X LUIDRCLLAFORN NHA039086 03/30/07 03/30/08 AGGREGATE S 4, OOO, 000 (Tf HeR THhN I IMARFI I.A FORM s WC S7h U• O� . WORKERS COMPENWION AM RY LIMIT DAPLOYERd'UAeIUYY EL EACH ACCIDENT S _ Ti IF PR['IPR)FlnR, WCL EL'DISEASE-POUT'LIMIT a PARTNFR.WXFWTRC)YFI'.:tKJ AHt EXCL EL GI;.EASE•EA tMh'LUYtt S OTHER MOTOR VEHICLE 4000003907-071 03/25/07 03/25/08 AGG LIM $2, 000, 000 r C; POLLUTION LIMB EACH VECHILE POL, (,ONE) IJIM $1MIL l[SCRIPTION OF OFEW.TIONS,L OCATION$7VEHICLld,SPECIAL ITEMS l r I44�I I r CERTIFICATE HOLDER ('.ANCELLATION y� SHOULD ANY OF THE ABOVE OESCRIBED POLICIEF BE rANCELLED OEPORE THE INTERC,ON )T.NVl RUNMI.•'.•,NTAL, INC. EXP-�IRATION DATE THEREOF, THE ISSOW COMPANY "" ENDEAVOR TO MAIL MR. JERRY ANDREWS --U DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAML-O TO THE LEFT, -' 2 214 FM 1187, BLDG. 6 BUT FAILUR!'TO MAIL SUCH NOTICE SMALL IMPOSE NO OR.IGATION OR LIABIUTY MANSFIELD, TX 16063 OF ANY KM UPON THE COMPANY, ITS AGINTS OR REPRE"WTATIVE6._ wTHORtm RrAptarNTATive t '� ACORD 25-N(3796) - _ 0 ACORD'CORPORATION 1988 2.7. Bonds 2.7.1. Bidder's Bond Bids must be accompanied by a bidder's bond in the amount of five percent (5%) of the largest possible total of the cost estimate. Alternatively, the City will accept a cashier's check, in said amount, with the City named as payee, to be held in escrow until the successful Contractor signs the project contract. This bond will serve as a guarantee that the successful Contractor will enter into an agreement with the City to perform the project. The 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. .. 2.7.2. 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 $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the Untied States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to ,r the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the Contract be determined unsatisfactory at any time by the City, notice will be given to the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to the City. ATTACH CASHIER'S CHECK OR BIDDER'S BOND HERE 2-11 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond ZA29504 KNOW ALL MEN BY THESE PRESENTS, that we INTERCON ENVIRONMENTAL INC (Here insert full name and address or legal title of Contractor) MANSFIELD,TX 76063 as Principal, hereinafter called the Principal, and ARCH INSURANCE COMPANY (Here insert full name and address or legal title of Surety) 3 Parkway, Suite 1500,Philadelphia,PA 19102 a corporation duly organized under the laws of the State of MISSOURI as Surety, hereinafter tailed the Surety, are held and firmly bound unto CITY OF FORT WORTH (Here insert full name and address or legal title of Owner) FORT WORTH,TX 76102 as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE BID AMOUNT - Dollars ($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 projecU DEM 08-03 N&RTFH O 1 Y FIRE 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 party 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 JANUARY 2008 • IN RCON ENVIRONMENTAL INC 40 AA (Pr. cipal) (Seal) (Witness) Karen Andrews fTide) President MIN ''`� ARCH RANCE CO NY l (Seal) M.BARBE (T e) Attorney-in-Fact a AIA DOCUMENT A310•BID BOND•AIA®•FEBRUARY 1970 ED•THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 2000E 1 POWER OF ATTORNEY Know All Men By These Presents- s 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 Arne M Barber and Michael J. Friedrich of Bridgeview, IL (EACH) its true and lawful Attorn ey(s)-i n-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 s A OOMLOO13 00 03 03 Page 1 of 2 Printed in U.S.A. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 13th day of_February 2006 Arch Insurance Company Attested and Certified _-j—an ce Q 0 j U I 5ELL I ; Illsood Martin J. Nilsen, Secretary Edward M. Titus,Vce President STATE OF NEW YORK SS COUNTY OF NEW YORK SS I Peter J Calleo, a Notary Public, do hereby certify that Edward M. Titus and Martin J. Nilsen personally known to me to _ be the same persons whose names are respectively as Vice President and Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free an voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. PETER J. CALLEO,ESO. _ Notary Public, State of New York Peter J Cal Notary Public No.02CA6109336 My commissi n expires 5-03-2008 Qt•_Iified in New York County CERTIFICATION Commission+. Expires May 3,2008 I Martin J. Nilsen, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated ! on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Edward M. Titus, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporatg seal of the Arch Insurance Company on this 25 day of J nuar-y �, 20 1 Martin J./Nilsen, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Surety 3 Parkway,Suite 1500 Philadelphia, PA 19102 once Id c °3 .�` COR10RAit v SEA S w lisl/lfi OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. 2.8. Statement of Residency The following information is required by the City of Fort Worth in order to comply with provisions of state law, TEXAS GOVERNMENT CODE § 2252.001, State or Political Subdivision Contracts for Construction, Supplies, Services; Bids by Nonresident. .. Every bidder shall affirmatively state its principal place of business in its response to a bid invitation. Failure to provide the required information shall result in your bid being declared non-responsive. Bidders' cooperation in this regard will avoid costly time delays in the award of bids by the City of Fort Worth. For this reason, each Bidder shall complete and return, with its bid, the Statement of Residency Form. Failure to provide all required information shall result in the bid being considered non-responsive. TEXAS GOVERNMENT CODE § 2252.001 defines a Texas "resident bidder" as a bidder whose principal place of business* is in the state of Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in the state of Texas. TEXAS GOVERNMENT CODE § 2252.001 defines a "Nonresident bidder" as a bidder whose parent company or majority owner does not have its principal place of business* in the state of Texas. s Bidder's complete company name Intercon Environmental, Inc. State your business address in the `J adjacent space provided if you are a Texas Resident bidder: 2214 FM 1187, Building 6, Mansfield, TX 76063 ' State your business address in the adjacent space provided if you are a Nonresident bidder: *The State Purchasing and General Services Commission defines Principal Place of Business as follows: Principal Place of Business in Texas means, for any type of business entity recognized in the State of Texas, that the business entity o has at least one permanent office located within the State of Texas, from which business activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted, and o has at least one employee who works in the Texas office Form (Section 2.10) prepared by: Name Karen Andrews Title President Date January 30,2008 ■ 2-12 2.9. Nondiscrimination All City contractors are required to comply with Chapter 17, "Human Relations,"Article III, "Discrimination," Division 3, "Employment Practices," of the Code of the City of Fort Worth, prohibiting discrimination in employment practices. Contractor agrees that Contractor, its employees, officers, agents, or subcontractors, have fully complied with all provisions of such Ordinance, and that no employee, participant, applicant, contractor or subcontractor has been discriminated against according to the terms of such ' Ordinance by Contractor, its employees, officers, agents, or subcontractors herein. C" TRACTOR: Intercon Environmental, Inc. ignature Company Karen Andrews January 30, 2008 Name Date President Title MW 2-13 ■ 2.10. Prevailing Wage Rates The Contractor selected for this project will be required to comply with TEXAS GOVERNMENT CODE, Chapter 2258, with respect to payment of Prevailing Wage Rates for public works contracts. The current wage scale for members of the Building and Construction trade immediately follows this page. A worker employed on a public work by or on behalf of the City of Fort Worth shall be paid not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. A worker is employed on a public work if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the City of Fort Worth. The contractor who is awarded a public work contract, or a subcontractor of the contractor, shall pay not less than the prevailing wage rates to a worker employed by it in the execution of the contract. A contractor or subcontractor who violates this requirement shall pay to the City of Fort Worth, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. This requirement does not prohibit the contractor or subcontractor from paying an employee an amount greater than the prevailing wage rate. The undersigned acknowledges the requirements of Chapter 2258 of the Texas Government Code, and intends to comply with same in the execution of this project. zTRACTOR: alf, A A-A-- Intercon Environmental, Inc. Qignature Company Karen Andrews January 30, 2008 Name Date President Title 0 2-14 no > C on 0100 �1# For2t7 Classifications Hourly Rates Classifications Hourly Rates Air Conditioning Mechanic $23.95 Sheetrock Hanger $13.37 Air Conditioning Mechanic Helper $15.00 Sheetrock Hanger Helper $9.48 Acoustic Ceiling Installer $16.25 Sprinkler System Installer $17.86 Acoustic Ceiling Installer Helper $10.53 Sprinkler System Installer Helper $13.33 Bricklayer/Stone Mason $19.88 Steel Worker Structural $16.20 Bricklayer/Stone Mason Helper $10.54 Steel Worker Structural Helper $11.71 Carpenter $19.03 Welder $18.82 Carpenter Helper $14.69 lWelder Helper $13.95 Concrete Finisher $14.95 Concrete Finisher Helper $10.09 Concrete Form Builder $15.40 Concrete Form Builder Helper $8.81 Drywall Taper $13.00 Drywall Taper Helper $9.00 Electrician Journeyman $23.00 Heavy Equipment Operators Hourly Rates Crane, Clamshell, Backhoe, Electrician Helper $16.51 Derrick, Dra line, Shovel $16.07 Electronic Technician $23.18 Forklift Operator $13.33 Electronic Technician Helper $13.36 Foundation Drill Operator $17.55 Floor Layer (Carpet) $15.17 Front End Loader Operator $13.16 Floor Layer Resilient $15.94 Truck Driver $17.17 Floor Layer Helper $11.00 Glazier $21.92 Glazier Helper $15.82 Insulator Pie $17.95 Insulator Helper Pie $13.40 Laborer Common $11.93 Laborer Skilled $14.98 Lather $18.60 Lather Helper $11.12 Metal Building Assembler $14.29 Metal Building Assembler Helper $9.33 Painter $17.42 Painter Helper $8.00 y Pi efitter $20.82 Pi efitter Helper $14.77 Plasterer $19.93 Plasterer Helper $14.16 Reinforcing Steel Setter $12.50 Roofer $14.00 Roofer Helper $10.00 Source is Fort Worth Chapter Sheet Metal Worker $19.45 Associated General Contractors (www.Quoin.org) Sheet Metal Worker Helper $14.52 1 9/25/2007 2-15 2.11. Insurance Certificates A successful Contractor will be required by the contract to have insurance coverage as detailed below. Contractor must provide Certificates of Insurance in the amounts and for the coverages required to the Environmental Management Department, Administrative Offices, within 14 calendar days after Notice of Award. (a) Insurance coverage and limits: 1. Commercial General Liability Insurance o $1,000,000 each occurrence o $2,000,000 aggregate 2. Professional Liability Insurance - NOT APPLICABLE. 3. Automobile Liability Insurance Coverage on vehicles involved in the work performed under this contract: o $1,000,000 per accident on a combined single limit basis or: o $500,000 bodily injury each person; $1,000,000 bodily injury each accident; and $250,000 property damage The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional Insured, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. 4. Worker's Compensation o Coverage A: statutory limits o Coverage B: $100,000 each accident $500,000 disease- policy limit $100,000 disease- each employee 5. Environmental Impairment Liability (EIL) and/or Pollution Liability $2,000,000 per occurrence. EIL coverage(s) must be included in policies r, listed in subsections 1 and 2 above; or, such insurance shall be provided under separate policy(s). Liability for damage occurring while loading, unloading and transporting materials collected under the contract shall be included under the Automobile Liability insurance or other policy(s). (b) Certificates of Insurance evidencing that the Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with the contract. 1. Applicable policies shall be endorsed to name the City an Additional Insured thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers as respects the contracted services. 2-16 no or 2. Certificate(s) of Insurance shall document that insurance coverage specified according to items in section 2.13 (a) are provided under applicable policies documented thereon. i 3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. 4. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be ^� endorsed onto Contractor's insurance policies. Notice shall be sent to Brian Boerner, Director, Environmental Management Department, City of Fort Worth, 1000 Throckmorton St., Fort Worth, Texas 76102. 5. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency. 6. Deductible limits, or self-insured retentions, affecting insurance required herein shall be acceptable to the City in its sole discretion; and, in lieu of ' traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or Letters of Credit may also be acceptable to the City. 7. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the City as respects the contract. 8. The City shall be entitled, upon its request and without incurring expense, to review the Contractor's insurance policies including endorsements thereto and, at the City's discretion, the Contractor may be required to provide proof of insurance premium payments. 9. The Commercial General Liability insurance policy shall have no exclusions by endorsements unless the City approves such exclusions. 10. The City shall not be responsible for the direct payment of any insurance premiums required by the contract. It is understood that insurance cost is an allowable component of Contractor's overhead. 11. All insurance required in Section 2.13(a) above, except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the City. s 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. 2-17 FOR PURPOSES OF EVALUATING THIS PROPOSAL, PLEASE ATTACH A COPY OF YOUR CURRENT INSURANCE CERTIFICATE(S) HERE AND BOUND WITHIN THE PROPOSAL PACKAGE. 2-18 y 2.12. Contractor's Responsibilities Contractor is responsible for becoming familiar with the character, quality, quantity of work to be performed, materials and equipment required. Contractor shall procure all permits and licenses, pay all charges, costs, and fees, and give all notices necessary and incident to the due and lawful prosecution of the work, unless otherwise specified in this Invitation to Bid. All costs associated with preparing a Bid in response to the Solicitation shall be borne by the Bidder. The undersigned acknowledges the requirements of this section, and intends to comply with same in the execution of this project. C NTRACTOR: Intercon Environmental, Inc. ignature Company Karen Andrews January 30, 2008 Name Date President Title i 2-19 2.13. Contractor's Legal and Compliance History Contractor's legal and compliance history is a critical component of this Invitation to Bid. Read this section with care and respond accordingly. Failure of the Contractor to provide all the information requested and to certify the report, will result in the Contractor's submittal being declared non-responsive. Contractor shall attach a written report of legal action brought against Contractor, Contractor's officers, Contractor's employees, AND Contractor's proposed subcontractors relating to the protection of the environment. The terms "legal action" and "relating to the protection of the environment" are defined below. The report shall include all legal action brought within five (5) years of the closing date of this Invitation to Bid. The report shall detail the substance, status, and outcome of such legal action. This includes without limitation the names of the agency and/or persons bringing the action, all relevant dates, and all fines, judgments, and/or settlements. Include the following information for each case at a minimum: • Style of Case (X vs. Y) • Settlement Information (as appropriate) • Cause Number • Names/Addresses of all parties named • Court • Counsel List and phone numbers • Date of Disposition • Judgment and Order of Judgment W, "LEGAL ACTION" means: ANY enforcement action by the United States Environmental Protection Agency, the Occupational Safety and Health Administration, any other federal agency, the Texas Commission on Environmental Quality (including its predecessor agency the Texas Natural Resource Conservation Commission), the Texas Department of State Health Services (including its predecessor agency the Texas Department of Health), and any other state agency, commission or department, whether in Texas or elsewhere, when such enforcement action is a result of violations, real or alleged, of any laws, licenses, permits, judicial orders, or administrative orders, relating to the protection of the environment. In this context, enforcement action shall include without limitation, written warnings, notices of violation, consent orders or agreements, compliance orders, administrative hearings, civil litigation and criminal prosecution. Legal action also means any civil litigation brought by any person relating to the protection of the environment. "RELATING TO THE PROTECTION OF THE ENVIRONMENT" means: requirements pertaining to the manufacture, processing, distribution, use, handling, storage, transportation, reporting, records keeping, permitting, licensing, treatment, disposal, emission, discharge, spill, release, or threatened release of hazardous materials, hazardous substances, hazardous wastes, toxic substances, petroleum, industrial waste, solid waste, pollutants or contaminants into or onto the air, surface water, drinking water, groundwater, storm water, publicly owned treatment works, or land. THE REPORT SHALL BE SIGNED AND CERTIFIED by an authorized representative of the Contractor, using the following form. The top portion of the form is to be completed if : a report of legal action is attached. The bottom portion 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. 2-20 AN AUTHORIZED REPRESENTATIVE OF THE CONTRACTOR shall mean: (1) if the Contractor is a corporation: the president, secretary, or treasurer, or a vice president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision-making functions for the corporation; (2) if the Contractor is a partnership, a general partner; and (3) if the Contractor is a sole proprietorship, the sole proprietor. INCLUDE A COPY OF THE REPORT OF LEGAL ACTION FOLLOWING THE CERTIFICATION OF CONTRACTOR'S LEGAL AND COMPLIANCE HISTORY BOUND WITHIN THE BID 2-21 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: Signature Company Name Date Title Certification of NO Legal Action I certify under penalty of law that the legal and compliance history of Contractor, Contractor's officers, Contractor's employees, and Contractor's proposed subcontractors was researched under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, I 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. C TRACTOR: �7 {ntercon Environmental, Inc. Sig ature Company Karen Andrews January 30, 2008 Name Date President Title 2-22 INVITATION TO BID FoRTWORTH CITY OF FORT WORTH ENVIRONMENTAL MANAGEMENT DEPARTMENT 1000 TH ROCKMORTON FORT WORTH, TEXAS 76102 PROJECT: DEM 08-03: FIRE RESIDENTIAL STRUCTURE ASBESTOS ABATEMENT AND DEMOLITION 815 E. MAGNOLIA FORT WORTH, TEXAS 76104 January 17, 2008 Company Name Address City, State, Zip Date TABLE OF CONTENTS 1.0 INVITATION TO BID 1.1 Project Description 1.2 General Requirements 1.3 Interpretation of the Invitation to Bid 1.4 Conflicts 1.5 How to Submit a Bid 1.6 Security 1.7 Trade Secrets and Confidential Information 1.8 Bid Evaluation 1.9 Award of the Contract 1.10 Tax Exemption 1.11 Reservations 2.0 BID DOCUMENTS 2.1 Bid Document Checklist 2.2 Acknowledgment of Receipt of Addenda 2.3 Scope of Work 2.4 Cost 2.5 Contractor Information and Qualifications 2.6 Subcontractor Information and Qualifications 2.7 Bonds 2.8 Statement of Residency 2.9 Nondiscrimination 2.10 Prevailing Wage Rates 2.11 Insurance Certificates 2.12 Contractor's Responsibilities 2.13 Contractor's Legal And Compliance History APPENDICES Appendix A—Abatement Specifications Appendix B—Asbestos Survey Appendix C—Site Diagrams i k am aw 1.0 INVITATION TO BID 1.1. Project Description Bids are being accepted by the City of Fort Worth for the furnishing of all labor, materials and equipment necessary for the removal of all asbestos-containing materials (ACM) according to specifications outlined by Industrial Hygiene Safety Technology, Inc. (IHST), and to perform the demolition and disposal of a residential structure located at 815 E. Magnolia. 1.2. General Requirements Review of Documents. Bidders are expected to examine all documents that make up the Solicitation. Bidders shall promptly notify the City of any omission, ambiguity, inconsistency or error that they may discover upon examination of the Solicitation. Bidders must use a complete Solicitation to prepare Bids. The City assumes no responsibility for any errors or misrepresentations that result from the use of incomplete Solicitations. Pre-Bid Meeting: No pre-bid meeting is scheduled for this project. The residential structure is accessible and bidders may visit at their convenience. Time Bid to Remain Valid. Bids submitted in accordance with this Invitation to Bid shall remain valid for 60 days after the due date. Compliance With Laws: All Contractors shall be required to comply with: 1.2.1. Chapter 2258 of the Texas Government Code, with respect to the payment of prevailing wage rates for public works contracts; 1.2.2. 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; 1.2.3. Fort Worth ordinance 15530, Minority and Women Business Enterprises; and 1.2.4. 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 City of Fort Worth as well as any other entity that may have jurisdiction over work being performed. 1.2.5. All other applicable federal, state and local laws. 1.3. Interpretation of the Invitation to Bid All requests for an interpretation of the Invitation to Bid must be made in writing and submitted to the Environmental Management Department, regular mail, e-mail, or hand delivered any time until 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 Invitation to Bid as a formal addendum. All addenda must be submitted with the Bid in Section 2.2. It is the Contractor's obligation to determine whether addenda have been issued prior to the deadline for submitting the bid. The City will not be responsible for any other explanations or interpretations. 1-1 Requests for interpretations must be submitted to: Pamela Green Regulatory Compliance Program Department of Environmental Management City of Fort Worth 1000 Throckmorton Street Fort Worth, TX, 76102-6311 Phone: 817-392-6309 FAX: 817-392-6359 Email: Pamela.Green@fortworthgov.org Each Contractor who intends to submit a bid must e-mail the above contact with a notification of intent to submit. 1.4. Conflicts Should there be conflicts between the submitted bid and the final executed contract document, the final contract shall take precedence. 1.5. How to Submit a Bid Each Contractor must submit ONE (1) bound original and two (2) bound copies of their bid to the City. All items to complete the submittal must be included within the bid or the entire bid may be considered non-responsive and rejected in full. 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 in full. Bids must be submitted in a sealed envelope and either mailed to the City of Fort Worth - Environmental Management Department, Attention: Pamela Green, 1000 Throckmorton St., Fort Worth, Texas 76102-6311; or hand delivered to the 7t' Floor of the City Hall Annex, located at 908 Monroe Street. Bids must be received in the office no later than 3:00 p.m. on Wednesday, January 30, 2008. Late bids will be returned. They will not be opened nor considered in the evaluation of the bid. Bids may be withdrawn at any time prior to the official opening. NO FAXED BIDS WILL BE ACCEPTED 1.6. Security Bids must be accompanied by a bidder's bond in the amount of five percent (5%) of the largest possible total of the cost estimate. Alternatively, the City will accept a cashier's check, in said amount, with the City named as payee, to be held in escrow until the successful Contractor signs the project Contract. This bond will serve as a guarantee that the successful Contractor will enter into an agreement with the City to perform the project. The 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. 1-2 1.7. Trade Secrets and Confidential Information All material submitted to the City becomes public property and is subject to the Texas Open Records Act upon receipt. However, the City will endeavor to protect from disclosure any information in the bids that is subject to the trade secrets exception of the Public Information Act under §552.110 of the Texas Government Code or the confidential information exception under §552.101 of the Texas Government Code. It is the responsibility of the Contractor to clearly 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 Contractor to identify trade secret and confidential information in its bid will result in all unmarked sections being deemed non-proprietary and available upon public request. 1.8. Bid Evaluation The City will award a contract to the bidder who provides services at the best value to the City. In determining the best value, the following criteria will be considered pursuant to Texas Local Government Code §252.043: 1.8.1.1. purchase price; 1.8.1.2. reputation of the bidder and of the bidder's goods/services; 1.8.1.3. quality of the bidder's goods or services; 1.8.1.4. extent to which the goods or services meet the City's needs; 1.8.1.5. bidder's past relationship with the City; 1.8.1.6. impact on the ability of the City to comply with laws and rules relating to contracting with historically underutilized businesses and non-profit organizations employing persons with disabilities; 1.8.1.7. total long-term cost to the City to acquire the bidder's goods or services; and 1.9. Award of the Contract The City will send a Notice of Award letter to the successful Contractor(s) with three (3) sets of contract documents. The successful Contractor 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 with letters entitled Notice to Proceed. These letters authorize work to begin and invoices to be paid. 1.10. 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. 3 1.11. Reservations The City reserves the right to reject any or all bids and waive any or all formalities. 1-3 2.0 BID DOCI;VENT. Note: ALL BID DOCUMENTS MUST BE SUBMITTED IN THE SAME ORDER AS RECEIVED FROM THE CITY AND WITHIN BOUND PACKAGE, FAILURE TO SUBMIT ALL OF THE ITEMS LISTED ON THE FOLLOWING PAGES, IN A SEALED ENVELOPE, MAY RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE, 2-4 2.1.131d Document Checklist All Bid Documents, including this checklist, must be completed in full and submitted in a sealed envelope, in the requested order, to be considered a responsive submittal. Bid Documents Initial if Included 1. Bid Document Checklist 2. Acknowledgement of Receipt of Addenda no 3. Scope of Work 4. Cost v 5. Contractor Information and Qualifications 6. Subcontractor Information and Qualifications 7. Bonds 8. Statement of Residency 9. Nondiscrimination 10. Prevailing Wage Rates 11. Insurance Certificates 12. Contractor's Responsibilities 13. Contractor's Legal and Compliance History I understand that all of these items will be reviewed, and any items not included may result in my bid being considered non-responsive. Signature Name Title Company Date 2-5 2.2.Acknowledgement of Receipt of Addenda 2.2.1. Check if applicable The undersigned acknowledges the receipt of the following addenda to the Invitation to Bid, and has attached all addenda following this page. (Add lines if necessary). Addendum Number 1 (Date received) Addendum Number 2 (Date received) Addendum Number 3 (Date received) 2.2.2. Check if applicable The undersigned acknowledges the receipt of no addenda to the Invitation to Bid. CONTRACTOR: Signature Company Name Date Title 2-6 F 2.3. Scope of Work Bids are being accepted by the City of Fort Worth for the furnishing of all labor, materials and equipment necessary for the removal of all asbestos-containing materials (ACM) according to specifications outlined by IHST and to perform the demolition and disposal of a residential structure located at 815 E. Magnolia. The single-family structure is located on Lot 19 of Zurn Addition. The pier and beam, single-story structure is approximately 1,000 square feet with wood construction. All utilities have been terminated to the structure. The scope of work includes: • removal of approximately 3,650 square feet of ACM joint compound from sheetrock walls and ceiling; • removal of approximately 75 square feet of ACM linoleum flooring/backing; • removal of approximately 170 square feet of ACM 12"x 12" floor tile with associated mastic ; • disposal of all ACM as asbestos-containing waste; and • demolition of structure after all ACM has been removed, including driveway. LA Measurements are approximate. It is the bidder's responsibility to verify quantities. The project is scheduled to be completed in 10 days. am 30 Ow or 2-7 2.4. Cost The undersigned hereby proposes to furnish the equipment, labor materials, superintendence, transportation, disposal costs and any other items or services necessary to complete the scope of services detailed in this Solicitation. Bids shall be firm priced offers unless otherwise specified. The asbestos abatement price will be inclusive of abatement of all asbestos-containing material and their disposal as asbestos-containing material. The demolition price will be inclusive of all improvements on the property and proper disposal. Item Description Price 1. Asbestos Abatement $ 2. Demolition $ TOTAL 1 $ CONTRACTOR: .. Signature Company Name Date Title 2-8 2.5. Contractor Information and Qualifications Bidder shall submit the following items proving they are duly qualified and capable to fulfill and abide by the requirements listed herein. The documents listed below shall be included in this bid submittal, in the same order as listed, following this page, bound within the response. 2.5.1. Bidder shall provide company information including its company name, address, telephone number(s), email address and FAX number(s)for the local office as well as the headquarters. 2.5.2. Bidder shall complete a staff matrix including the following information detailing the o provider's personnel, their qualifications, and years of experience for staff that will be providing services associated with this Solicitation. ■ Position title and job function as associated with this contract, (President, Vice President, Project Managers, Technical Managers, Field Supervisors, etc.) ■ Name ■ Tasks to be performed in association with this contract ■ Certifications/Licenses ■ Total Years Experience • Length of employment with your company 2.5.3. Provide copies of any and all relevant licenses and certificates held by the contractor and contractor's staff who will be assigned to this project. 2-9 2.6.Subcontractors Information and Qualifications Complete the following table listing each subcontractor and their proposed task associated with this contract. Subcontractor's Name Proposed Task If subcontractors are to be utilized, the following information should be submitted for EACH subcontractor. (This section must be completed in addition to the required MNVBE documentation in Section 2.9.) 2.6.1. Subcontractor's company name, address, email address, telephone number(s), and FAX number(s)for the local office as well as the headquarters. 2.6.2. Matrix including the following information detailing the subcontractor's personnel, their qualifications, and years of experience. .. ■ Position title and job function as associated with this contract, (President, Vice President, Project Managers, Technical Managers, Field Supervisors, etc..) ■ Name ■ Tasks to be performed in association with this contract ■ Certifications/Licenses ■ Total Years Experience 2.6.3. A copy of all relevant company and staff licenses and/or certifications. W r 2-10 2.7. Bonds 2.7.1. Bidder's Bond Bids must be accompanied by a bidder's bond in the amount of five percent (5%) of the largest possible total of the cost estimate. Alternatively, the City will accept a cashier's check, in said amount, with the City named as payee, to be held in escrow until the successful Contractor signs the project contract. This bond will serve as a guarantee that the successful Contractor will enter into an agreement with the City to perform the project. The 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. 2.7.2. 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. ATTACH CASHIER'S CHECK OR BIDDER'S BOND HERE 2-11 A 2.8. 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 No Subdivision Contracts for Construction, Supplies, Services; Bids by Nonresident. Every bidder shall affirmatively state its principal place of business in its response to a bid invitation. Failure to provide the required information shall result in your bid being declared non-responsive. Bidders' cooperation in this regard will avoid costly time delays in the award of bids by the City of Fort Worth. For this reason, each Bidder shall complete and return, with its bid, the Statement of Residency Form. Failure to provide all required information shall result in the bid being considered non-responsive. TEXAS GOVERNMENT CODE § 2252.001 defines a Texas "resident bidder" as a bidder whose principal place of business* is in the state of Texas, including a contractor whose ultimate parent company or majority owner has its principal place of business in the state of Texas. TEXAS GOVERNMENT CODE § 2252.001 defines a "Nonresident bidder" as a bidder whose parent company or majority owner does not have its principal place of business* in the state of Texas. Bidder's complete company name State your business address in the ' adjacent space provided if you are a Texas Resident bidder: State your business address in the adjacent space provided if you are a Nonresident bidder: *The State Purchasing and General Services Commission defines Principal Place of Business as follows: Principal Place of Business in Texas means, for any type of business entity recognized in the State of Texas, that the business entity o has at least one permanent office located within the State of Texas, from which ow business activities other than submitting bids to governmental agencies are conducted and from which the bid is submitted, and o has at least one employee who works in the Texas office Form (Section 2.10) prepared by: Name Title Date rl 2-12 2.9. Nondiscrimination All City contractors are required to comply with Chapter 17, "Human Relations,"Article III, "Discrimination," Division 3, "Employment Practices," of the Code of the City of Fort Worth, prohibiting discrimination in employment practices. Contractor agrees that Contractor, its employees, officers, agents, or subcontractors, have fully complied with all provisions of such Ordinance, and that no employee, participant, applicant, contractor or subcontractor has been discriminated against according to the terms of such Ordinance by Contractor, its employees, officers, agents, or subcontractors herein. CONTRACTOR: Signature Company Name Date Title 2-13 2.10. Prevailing Wage Rates The Contractor selected for this project will be required to comply with TEXAS GOVERNMENT CODE, Chapter 2258, with respect to payment of Prevailing Wage Rates for public works contracts. The current wage scale for members of the Building and Construction trade immediately follows this page. A worker employed on a public work by or on behalf of the City of Fort Worth shall be paid not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. A worker is employed on a public work if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the City of Fort Worth. The contractor who is awarded a public work contract, or a subcontractor of the contractor, shall pay not less than the prevailing wage rates to a worker employed by it in the execution of the contract. A contractor or subcontractor who violates this requirement shall pay to the City of Fort Worth, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. This requirement does not prohibit the contractor or subcontractor from paying an employee an amount greater than the prevailing wage rate. The undersigned acknowledges the requirements of Chapter 2258 of the Texas Government Code, and intends to comply with same in the execution of this project. 4L CONTRACTOR: Signature Company Name Date Title 2-14 City of Fort Worth Building &Construction Trades Prevailing Wage Rates For 2007 Classifications Hourly Rates Classifications Hourly Rates Air Conditioning Mechanic $23.95 Sheetrock Hanger $13.37 Air Conditioning Mechanic Helper $15.00 Sheetrock Hanger Helper $9.48 Acoustic Ceiling Installer $16.25 Sprinkler System Installer $17.86 Acoustic Ceiling Installer Helper $10.53 Sprinkler System Installer Helper $13.33 Bricklayer/Stone Mason $19.88 Steel Worker Structural $16.20 Bricklayer/Stone Mason Helper $10.54 Steel Worker Structural Helper $11.71 Carpenter $19.03 Welder $18.82 Carpenter Helper $14.69 Welder Helper $13.95 Concrete Finisher $14.95 Concrete Finisher Helper $10.09 Concrete Form Builder $15.40 Concrete Form Builder Helper $8.81 Drywall Taper $13.00 Drywall Taper Helper $9.00 Electrician Journeyman $23.00 Heavy Equipment Operators Hourly Rates Crane, Clamshell, Backhoe, Electrician Helper $16.51 Derrick, Dra line, Shovel $16.07 Electronic Technician $23.18 Forklift Operator $13.33 Electronic Technician Helper $13.36 Foundation Drill Operator $17.55 Floor Layer(Carpet) $15.17 Front End Loader Operator $13.16 Floor Layer Resilient $15.94 Truck Driver $17.17 Floor Layer Helper $11.00 Glazier $21.92 Glazier Helper $15.82 Insulator Pie $17.95 Insulator Helper Pie $13.40 Laborer Common $11.93 Laborer Skilled $14.98 Lather $18.60 Lather Helper $11.12 Metal Building Assembler $14.29 .. Metal Building Assembler Hel er $9.33 Painter $17.42 Painter Helper $8.00 Pi efitter $20.82 Pi efitter Helper $14.77 Plasterer $19.93 Plasterer Helper $14.16 Reinforcing Steel Setter $12.50 Roofer $14.00 Roofer Helper $10.00 Source is Fort Worth Chapter Sheet Metal Worker $19.45 Associated General Contractors (www.Quoin.org) Sheet Metal Worker Helper $14.52 9/25/2007 2-15 e w 2.11. Insurance Certificates A successful Contractor will be required by the contract to have insurance coverage as detailed below. Contractor must provide Certificates of Insurance in the amounts and for - the coverages required to the Environmental Management Department, Administrative Offices, within 14 calendar days after Notice of Award. (a) Insurance coverage and limits: 1. Commercial General Liability Insurance o $1,000,000 each occurrence o $2,000,000 aggregate 2. Professional Liability Insurance - NOT APPLICABLE. 3. Automobile Liability Insurance Coverage on vehicles involved in the work performed under this contract: o $1,000,000 per accident on a combined single limit basis or: o $500,000 bodily injury each person; $1,000,000 bodily injury each accident; and $250,000 property damage The named insured and employees of Contractor shall be covered under this policy. The City of Fort Worth shall be named an Additional Insured, as its interests may appear. Liability for damage occurring while loading, unloading and transporting materials collected under the Contract shall be included under this policy. 4. Worker's Compensation o Coverage A: statutory limits o Coverage B: $100,000 each accident $500,000 disease- policy limit $100,000 disease-each employee 5. Environmental Impairment Liability (EIL) and/or Pollution Liability $2,000,000 per occurrence. EIL coverage(s) must be included in policies listed in subsections 1 and 2 above; or, such insurance shall be provided under separate policy(s). Liability for damage occurring while loading, unloading and transporting materials collected under the contract shall be included under the Automobile Liability insurance or other policy(s). (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. 2-16 2. Certificate(s)of Insurance shall document that insurance coverage specified according to items in section 2.13 (a) are provided under applicable policies documented thereon. 3. Any failure on part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirements. 4. A minimum of thirty (30) days notice of cancellation or material change in coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Contractors insurance policies. Notice shall be sent to Brian Boemer, Director, Environmental Management Department, City of Fort Worth, 1000 Throckmorton St., Fort Worth, Texas 76102. 5. Insurers for all policies must be authorized to do business in the state of Texas or be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency. 6. Deductible limits, or self-insured retentions, affecting insurance required = herein shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or Letters of Credit may also be acceptable to the City. 7. Applicable policies shall each be endorsed with a waiver of subrogation in favor of the City as respects the contract. .J 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 2.13(a) above, except for the Professional Liability insurance policy, shall be written on an occurrence basis in order to be approved by the City. 12. Subcontractors to the Contractor shall be required by the Contractor to maintain the same or reasonably equivalent insurance coverage as required for the Contractor. When subcontractors maintain insurance coverage, Contractor shall provide City with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subcontractor's insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by Contractor of the contract. 2-17 4 FOR PURPOSES OF EVALUATING THIS PROPOSAL, PLEASE ATTACH A COPY OF YOUR CURRENT INSURANCE CERTIFICATE(S) HERE AND BOUND WITHIN THE PROPOSAL PACKAGE. 2-18 2.12. Contractor's Responsibilities Contractor is responsible for becoming familiar with the character, quality, quantity of work to be performed, materials and equipment required. Contractor shall procure all permits and licenses, pay all charges, costs, and fees, and give all notices necessary and incident to the due and lawful prosecution of the work, unless otherwise specified in this Invitation to Bid. All costs associated with preparing a Bid in response to the Solicitation shall be bome by the Bidder. The undersigned acknowledges the requirements of this section, and intends to comply with same in the execution of this project. CONTRACTOR: Signature Company Name Date Title 4M ■ 2-19 2.13. Contractor's Legal and Compliance History Contractors legal and compliance history is a critical component of this Invitation to Bid. Read this section with care and respond accordingly. Failure of the Contractor to provide all the information requested and to certify the report, will result in the Contractor's submittal being declared non-responsive. Contractor shall attach a written report of legal action brought against Contractor, Contractor's officers, Contractor's employees, AND Contractors proposed subcontractors relating to the protection of the environment. The terms"legal action" and "relating to the protection of the environment"are defined below. The report shall include all legal action brought within five (5) years of the closing date of this Invitation to Bid. The report shall detail the substance, status, and outcome of such legal action. This includes without limitation the names of the agency and/or persons bringing the action, all relevant dates, and all fines, judgments, and/or settlements. Include the following information for each case at a minimum: • Style of Case(X vs. Y) • Settlement Information (as appropriate) • Cause Number • Names/Addresses of all parties named • Court • Counsel List and phone numbers • Date of Disposition • Judgment and Order of Judgment "LEGAL ACTION" means: ANY enforcement action by the United States Environmental Protection Agency, the Occupational Safety and Health Administration, any other federal agency, the Texas Commission on Environmental Quality (including its predecessor agency the Texas Natural Resource Conservation Commission), the Texas Department of State Health Services (including its predecessor agency the Texas Department of Health), and any other state agency, commission or department, whether in Texas or elsewhere, when such enforcement action is a result of violations, real or alleged, of any �+ laws, licenses, permits, judicial orders, or administrative orders, relating to the protection of the environment. In this context, enforcement action shall include without limitation, written warnings, notices of violation, consent orders or agreements, compliance orders, administrative hearings, civil litigation and criminal prosecution. Legal action also means any civil litigation brought by any person relating to the protection of the environment. "RELATING TO THE PROTECTION OF THE ENVIRONMENT" means: requirements pertaining to the manufacture, processing, distribution, use, handling, storage, transportation, reporting, records keeping, permitting, licensing, treatment, disposal, JW emission, discharge, spill, release, or threatened release of hazardous materials, hazardous substances, hazardous wastes, toxic substances, petroleum, industrial waste, solid waste, pollutants or contaminants into or onto the air, surface water, drinking water, groundwater, storm water, publicly owned treatment works, or land. THE REPORT SHALL BE SIGNED AND CERTIFIED by an authorized representative of the Contractor, using the following form. The top portion of the form is to be completed if - a report of legal action is attached. The bottom portion 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. 2-20 AN AUTHORIZED REPRESENTATIVE OF THE CONTRACTOR shall mean: (1) if the Contractor is a corporation: the president, secretary, or treasurer, or a Vice president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision-making functions for the corporation; (2) if the Contractor is a partnership, a general partner; and (3) if the Contractor is a sole proprietorship, the sole proprietor. INCLUDE A COPY OF THE REPORT OF LEGAL ACTION FOLLOWING THE CERTIFICATION OF CONTRACTOR'S LEGAL AND COMPLIANCE HISTORY BOUND WITHIN THE BID 2-21 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: Signature Company Name Date Title Certification of NO Legal Action I certify under penalty of law that the legal and compliance history of Contractor, Contractor's officers, Contractor's employees, and Contractor's proposed subcontractors was researched under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, I 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: Signature Company Name Date Title 2-22 w SPECIFICA FORTIONS Industrial Hygiene and ASBESTOS ABATEMENT Safety Technology, Inc. Prepared for. Carrollton, TX 75006 Carr Keller Way City of Fort Worth Texas Phone: (972) 478-7415 Department of Environmental Management Fax: (972) 478-7615 1000 Throckmorton Street http://www.ihst.com Fort worth, Texas Project: Leaders in Vacant Structure — Quality, Service 815 East Magnolia and Innovation Fort Worth, Texas DATE: January 17, 2008 Specifications Prepared by: i "A Tracy K. Bramlett, CIH, CSP TDSHS LICENSE #10-5040 Expiration: 12/31/09 Prepared by.- Industrial Hygiene & Safety Technology, Inc. ■ 2235 Keller Way Carrollton, Texas 75006 972-478-7415 TABLE OF CONTENTS Asbestos Abatement Specifications Vacant Structure 815 East Magnolia Fort Worth, Texas 1.1. SUMMARY OF THE WORK...............................................................................................................................1 1.1.1. CONTRACT DOCUMENTS AND RELATED REQUIREMENTS:.......................................................1 1.1.2. EXTENT OF WORK:..................................................................................................................................1 1.1.4. CONTRACTORS USE OF PREMISES:..................................................................................................3 1.2. DIFFERING SITE CONDITIONS:.......................................................................................................................3 1.3. STOP ASBESTOS REMOVAL:...........................................................................................................................3 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:........................................................................................................................4 1.4.4. LOCAL REQUIREMENTS:........................................................................................................................4 1.4.5. NOTICES:....................................................................................................................................................4 .. 1.4.6. PERMITS:....................................................................................................................................................5 1.4.8. POSTING AND FILING OF REGULATIONS:........................................................................................5 1.5. PROJECT COORDINATION:..............................................................................................................................5 1.5.1. PERSONNEL:.............................................................................................................................................5 1.6. RESPIRATORY PROTECTION:.........................................................................................................................5 1.6.1. GENERAL:...................................................................................................................................................5 1.6.2. RESPIRATORS FOR ABATEMENT OPERATIONS:...........................................................................6 1.7. WORKER PROTECTION:...................................................................................................................................6 1.7.1 TRAINING PRIOR TO ENGAGING IN ABATEMENT WORK 6 . ............................................................. 1.7.2. MEDICAL EXAMINATIONS:.....................................................................................................................6 1.7.3. PROTECTIVE CLOTHING:.......................................................................................................................6 1.7.4. ENTERING AND EXITING PROCEDURES:..........................................................................................7 1.7.5. DECONTAMINATION PROCEDURES:..................................................................................................7 1.7.6. LIMITATIONS WITHIN WORK AREA:....................................................................................................8 1.8. DECONTAMINATION FACILITIES:.................................................................................................................8 1.8.1. DESCRIPTION:...........................................................................................................................................8 1.8.2. GENERAL REQUIREMENTS:..................................................................................................................8 1.8.3. TEMPORARY UTILITIES TO PDF AND EDF:.......................................................................................9 1.8.4. DECONTAMINATION FACILITIES (DF):................................................................................................9 1.9. NEGATIVE PRESSURE FILTRATION SYSTEMS:..........................................................................................9 1.9.2. PRESSURE DIFFERENTIAL:...................................................................................................................9 1.9.3. MONITORING:............................................................................................................................................9 1.9.4. TESTING THE SYSTEM:........................................................................................................................10 + 1.9.5. DEMONSTRATION OF NEGATIVE AIR SYSTEM OPERATION: ...................................................10 1.9.6. USE OF SYSTEM DURING ABATEMENT OPERATIONS:..............................................................10 1.9.7. DISMANTLING THE SYSTEM:..............................................................................................................10 1.10. CONTAINMENT BARRIERS AND COVERINGS OF WORK AREA:........................................................10 1.10.1. GENERAL:...............................................................................................................................................10 1.10.2. PREPARATION PRIOR TO SEALING OFF: .....................................................................................11 1.10.3. CONTROL ACCESS TO WORK AREA:.............................................................................................I I 1.10.4. CRITICAL BARRIERS: .....................................11 ..................................................................................... 1.10.5. PRIMARY BARRIERS:..........................................................................................................................11 1.10.6. EXTENSION OF WORK AREA:...........................................................................................................12 1.10.7. SECONDARY BARRIERS:...................................................................................................................12 1.11. MONITORING,INSPECTION AND TESTING:............................................................................................12 1.11.1. GENERAL:...............................................................................................................................................12 1.11.2. OUTLINE SCOPE OF SERVICES OF THE OWNER'S CONSULTANT:......................................13 1.11.3. MONITORING, INSPECTION AND TESTING BY ABATEMENT CONTRACTOR:.....................13 1.11.4. ANALYSIS:..............................................................................................................................................14 2.1. PREABATEMENT ACTIVITIES:.....................................................................................................................14 2.1.1. PREABATEMENT MEETING:................................................................................................................14 2.1.2. PREABATEMENT INSPECTION AND PREPARATIONS 14 ................................................................ 2.1.3. PREABATEMENT CONSTRUCTION AND OPERATIONS:..............................................................15 2.2. REMOVAL OF ACM AND ACE:......................................................................................................................15 2.2.1. WETTING MATERIALS:..........................................................................................................................15 2.2.2. SITE PREPARATION:.............................................................................................................................16 2.2.3. PERSONAL PROTECTION:...................................................................................................................16 2.2.4. THERMAL SYSTEM INSULATION:......................................................................................................16 2.2.6 WALL AND CEILING TEXTURE.............................................................................................................20 2.3. DISPOSAL OF ACM AND ACE WASTE MATERIAL:..................................................................................21 2.3.1. GENERAL:.................................................................................................................................................21 2.3.2. PROCEDURES:........................................................................................................................................22 2.4. PROJECT DECONTAMINATION....................................................................................................................22 2.4.1. GENERAL:.................................................................................................................................................22 2.4.2. WORK AREA CLEARANCE:..................................................................................................................22 2.4.3. WORK DESCRIPTION:...........................................................................................................................22 2.4.4. PRE-DECONTAMINATION CONDITIONS:.........................................................................................22 2.4.5. FIRST CLEANING:...................................................................................................................................23 2.4.6. SECOND CLEANING:.............................................................................................................................23 2.4.7. PRE-CLEARANCE INSPECTION AND TESTING:.............................................................................23 2.4.8. LOCK-BACK ENCAPSULATION:..........................................................................................................23 2.5. FINAL AIR CLEARANCE TESTING...............................................................................................................23 2.5.1. GENERAL:.................................................................................................................................................23 2.5.2. FINAL TESTING 23 ....................................................................................................................................... 2.5.3. FINAL TESTING PROCEDURES:.........................................................................................................24 2.5.4. SCHEDULE OF AIR SAMPLES WITH PCM:.......................................................................................24 .� 2.5.5. LABORATORY TESTING FOR PCM:...................................................................................................25 2.5.7. FINAL AIR TESTING REQUIREMENTS:.............................................................................................25 2.6. ABATEMENT CLOSEOUT AND CERTIFICATE OF COMPLIANCE:.........................................................25 2.6.1. COMPLETION OF ABATEMENT WORK:............................................................................................25 2.6.2. CERTIFICATE OF COMPLETION BY CONTRACTORS:..................................................................26 Appendix A: Attachments Appendix B: Specification Drawings ASBESTOS REMOVAL PART 1 -GENERAL SECTION, ASBESTOS REMOVAL SPECIFICATIONS 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. 3 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 building. The following asbestos- containing mate- rials (ACM)will be removed at the property where applicable. Material • • Asbestos - S 12" x 12" brown linoleum floor- Kitchen 3-5% Chrysotile --170 square feet ing and mastic Red linoleum flooring Hallway and closet 45% Chrysotile -75 square feet Wall texture and joint com- Walls and ceilings 3%Chrysotile -3,650 square feet pound throughout structure 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. 'e- 64" DSHS License 10-5040 Expires 12-31-09 IHST Project#17874 Page 1 ASBESTOS REMOVAL 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. Power and Water Connections: The Contractor on this project will be required to furnish power generators for electricity. The Contractor will also be required to furnish water for the project. 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. 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. 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- f approved P-100 (HEPA) cartridges during removal. K DSHS License 10-5040 Expires 12-31-09 IHST Project#17874 Page 2 ASBESTOS REMOVAL The CONTRACTOR is responsible to verify site conditions and estimated quantities of ACM to be removed. 1.1.4. CONTRACTORS USE OF PREMISES: ,M Cooperate fully with the Owner's 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. `a Use existing facilities in building strictly within the limits shown in contract documents and the approved pre-abatement plan of action. Several of the structures have asbestos containing ma- terials in the flashing around roof penetrations. The Contractor will not be required to remove the flashing on the structures. 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. The CONTRACTOR is responsible to verify site conditions and estimated quantities of ACM to be removed and determining the quantity of ACM delineated for removal prior to abatement described in these specifi- cations and associated drawings. The Contractor by placing a bid for this project agrees with all quantity estimates and there bid reflects there price to remove all of the material at all of the structures as identified in these specifications. 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). IHST Project#17874 Page 3 ASBESTOS REMOVAL 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 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 r� 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 dM 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 IHST Project#17874 Page 4 ASBESTOS REMOVAL 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. .r 1.4.6. PERMITS: The Contractor will be responsible for any permits. 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. F 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. 1.5. 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. 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. IHST Project#17874 Page 5 ASBESTOS REMOVAL 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 by on-site fiber counts, a half-face respirator may be used. If verification cannot be made, a full face PAPR must be used. PAPR must be used for friable surfac- ing or thermal system insulation removal until fiber counts are confirmed consis- tently below the PEL and STEL. Head coverings: PAPR respirators will be equipped with full facepieces. Full facepieces will be worn with either a bonnet-type disposable head cover/hood or with a full head cover/hood which is part of a fully encapsulating protective garment. Respirator straps will be located under the hoods. This allows removal of the head covering prior to showering without disturbing the respi- rator(which is worn into the shower). 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. a 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. IHST Project#17874 Page 6 ASBESTOS REMOVAL 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: 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: IHST Project#17874 Page 7 ASBESTOS REMOVAL 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. 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. IHST Project#17874 Page 8 ASBESTOS REMOVAL 1.8.3. TEMPORARY UTILITIES TO PDF AND 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. Water supply must be properly pressured and temperature balanced at shower discharge. Pro- vide 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. k- 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.&4. DECONTAMINATION FACILITIES (DF): y Provide a PDF consisting of serial arrangement of clean room, showers room and equipment room. Provide adequately sized DF to accommodate the number of employees scheduled for the project. The center chamber of the three chamber DF 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 DF of opaque or colored polyethyl- ene for privacy. Construct DF so that it will not allow for parallel routes of exit without shower- ing. 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: J 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. 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. IHST Project#17874 Page 9 ASBESTOS REMOVAL 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. The systems may be shut down daily if air moni- toring in the containment shows airborne levels of less than 0.01 fibers/cc. 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. 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 IHST Project#17874 Page 10 ASBESTOS REMOVAL 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 PR/OR 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 DF. 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 i 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-mii polyethylene sheeting for the 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. IHST Project#17874 Page 11 ASBESTOS REMOVAL 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 47 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 born 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. 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. IHST Project#17874 Page 12 ASBESTOS REMOVAL 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. -s 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 i 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 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 BYABATEMENT CONTRACTOR: The Contractor is responsible for managing all monitoring, inspection and testing required by these specifications and the OSHA requirements. IHST Project#17874 Page 13 ASBESTOS REMOVAL 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 Owner's 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. c, In addition to the continuous monitoring required, the Owner's 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 Owner's Representative office within 30 (thirty) days after completion of abatement work. 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- IHST Project#17874 Page 14 ASBESTOS REMOVAL 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. " 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. IHST Project#17874 Page 15 ASBESTOS REMOVAL 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. 2.2.3. PERSONAL PROTECTION: One (1) layer of disposable clothing air-purifying respirators (PAPR) with NIOSH-approved HEPA cartridges shall be worn by all personnel during removal of the asbestos-containing ther- mal 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 glovebag is usued the procedures listed below will be used: The minimum crew size for a glovebag 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 glovebag. 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 glovebag procedure to avoid confusion concerning the source of the mate- rial. Wrap the adjacent pipe not to be enclosed in the glovebag with 6-mil plastic. Cover surfaces, such as the floor and walls, near the glovebag removal site with 6-mil plastic. IHST Project#17874 Page 16 ASBESTOS REMOVAL Disposable clothing and full-face PAPR respirators will be worn be any person performing glovebag removal. If fiber counts generated during abatement do not exceed the protection fac- tor of a half-face respirator during glovebag 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 glovebag will be attached. Put the necessary tools in the pouch of the glovebag. Slit the glovebag as necessary to fit it over the pipe from which insulation is to be removed. Attach the glovebag 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. 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 glovebag 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 glovebag 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 glovebag. Rinse and wipe the tools, then put them in the pouch. Develop a check list to inventory tools in the glovebag. IHST Project#17874 Page 17 ASBESTOS REMOVAL Pull one arm out of the glovebag, 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 glovebag 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. Twist the bag and wrap it with duct tape just below the gloves and remove the HEPA vacuum .. nozzle. Glovebags 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 E- 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 glovebags 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. 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 tile removal, those sections which receive the least traffic should be the locations selected for starting the removal of the tile. Since tiles are IHST Project#17874 Page 18 ASBESTOS REMOVAL 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 the 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 the accessibility of the other tiles is improved. Force the wall scraper under the exposed edge of another tile 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 250 to 300 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. Hand-scraping may be done at the Contractor's op- tion, or as required to completely remove all material. 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. IHST Project#17874 Page 19 ASBESTOS REMOVAL 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- or posal. "Shot blaster" or"bead blaster" machines will not be allowed to remove the floor the and mastic. Alternate removal techniques may be used if approved by the CIH. Z2.6 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 plaster texture and texture on CMU block 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. 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 plaster and surfacing material adequately to suppress any generation of airborne dust or debris, keeping it wet throughout the entire operation. IHST Project#17874 Page 20 ASBESTOS REMOVAL 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. 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 IHST Project#17874 Page 21 ASBESTOS REMOVAL 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. 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 EL 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. IHST Project#17874 Page 22 ASBESTOS REMOVAL 2.4.5. FIRST CLEANING: The Asbestos Abatement Contractor will carry out a first cleaning of all 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. 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 Owner's 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 final 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 IHST Project#17874 Page 23 ASBESTOS REMOVAL i 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 Owner's 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. 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 p- composition as counted in the NIOSH 7400 method, or asbestos fibers of any size as counted using PCM; and 2.5.4. SCHEDULE OF AIR 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 'l 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 Location Sampled Number of Sam- Analytical Method Detection Limit Minimum Vol- Rate LPM les Fibers/cc. ume Liters Each Work Area 3 PCM 0.02 750 2-15 Outside Each Work 2-3 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 Pressure System If airborne fiber counts exceed allowed limits, additional samples will be taken as necessary to monitor fiber levels. IHST Project#17874 Page 24 ASBESTOS REMOVAL "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. 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 Location Number of Analysis Analytical Sensi- Recommended Rate Sampled Samples Method tivity Volume LPM s/mm2. Liters Each 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. IHST Project#17874 Page 25 ASBESTOS REMOVAL 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#17874 Page 26 Appendix A Attachments J 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 Pagel Appendix B Specification Drawings U Z ® uli aN U. a � � o L o 0 0 O y � 'S ui chi-8 10. i o a: b O U o W F O U a � U c� U L w 00 Cd 0