Loading...
HomeMy WebLinkAboutContract 26040 CITY SECRETARY CONTRACT CONTRACT FOR ASBSTOS ABATEMENT AND DEMOLITION AND REMOVAL OF 1208 SOUTHEAST LOOP 820 This Contract is entered into by and between the City of Fort Worth, a home-rule municipality located within Tarrant, and Denton Counties, Texas, acting through Charles Boswell, its duly authorized Assistant City Manager ("City"), and Hunter Demolition & Wrecking Corp., a Texas corporation, acting through Marty Hunter, its duly authorized president ("Contractor"). WHEREAS, the City desires to conduct a project to abate the asbestos and demolish and remove the structure(s) located at 1208 Southeast Loop 820; and WHEREAS, the City desires to hire a professional firm knowledgeable and experienced in conducting such abatement and demolition and removal; and WHEREAS, the Contractor has represented that it is staffed with personnel knowledgeable and experienced in conducting asbestos abatements and demolition and removal. NOW, THEREFORE, in consideration of the mutual promises and agreements herein set forth, and good and valuable consideration, the receipt and sufficiency of which is hereby confessed and acknowledged, the City and Contractor hereby agree as follows: 1. DEFINITIONS In this contract,the following words and phrases shall be defined as follows; Asbestos Abatement means the removal, the encapsulation or the enclosure of asbestos. 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 of 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 the existence of a violation of environmental requirements pertaining to the operations and maintenance abatement of asbestos, and including without limitation: a. Damages for personal injury and death,or injury to property or natural resources; 15 b. Fees incurred for the services of attorneys, consultants, contractors, experts, laboratories and investigation or remediation of the monitoring wells resulting from any 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 monitoring wells or violations or 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 the items referenced in subparagraph (b) herein. Environmental Requirements shall mean all federal, state and local applicable present existing now and as amended statutes, regulations, rules, plans, authorizations, concessions, franchises, and similar items, of all governmental agencies, departments, commissions, boards, bureaus, or instrumentalities thereof and all applicable judicial, administrative, and regulatory decrees,judgments, and orders relating to the protection of human health or the environment, including without limitation: a. All requirements, including, but not limited to, those pertaining to reporting, licensing, emissions, discharges, releases, or threatened releases of hazardous materials, pollutants, contaminants or hazardous or toxic substances, materials, or wastes whether solid, liquid, or gaseous in nature, into the air, surface water, groundwater, storm water, or land, or relating to the manufacture, processing, distribution, use, treatment, storage, disposal, transport, or handling of pollutants, contaminants, or hazardous or toxic substances, materials, or wastes, whether solid, liquid, or gaseous in nature; and b. All requirements pertaining to the protection of the health and safety of employees or the public. Notice to Proceed means the letter issued by the City that authorizes Contractor to begin work. Subcontract means a contract between the contractor for this project and another person or company for any task listed in Paragraph 2 "Scope of Contractor's Services." A purchase order is also considered a subcontract. 2. SCOPE OF CONTRACTOR'S SERVICES A. Contractor agrees to complete the asbestos abatement and the demolition and removal of 1208 Southeast Loop 820, Lot IA Block 1 Highland Hills Addition to the City of Fort Worth Texas, for a 1 one-story 885 square foot masonry building and ten two-story 2 35,458 square foot masonry multi-family buildings hereinafter referred to as "Unit " according to the specifications in this contract and in the attached Exhibit "A", `B" and "C"which is made a part hereof as if it were copied verbatim herein. B. Prior to the commencement of work, Contractor shall notify appropriate utility companies to disconnect the gas service lines at the main, the water service at the meter and the electrical service lines at the pole at each location. C. Contractor agrees to confirm the demolition site as well as the date and time of abatement with the Code Compliance Division of the City Services Department by contacting Special Projects Supervisor at (817) 871-6347 in advance of any asbestos abatement or demolition work. A representative from the Code Compliance Division must be at the site before demolition is started. D. Contractor shall furnish all labor, tools, materials, permits and equipment necessary for performing the abatement of asbestos and the demolition and removal of said Unit. E. Following the award of this contract and prior to the commencement of any work described in this contract, the Contractor shall send Written Notification of proposed asbestos abatement activities, as required by the State of Texas, Civil Statutes, Article 4477-3a Paragraph 289.147 to the Texas Department of Health, Occupational Safety and Health Division. Such Written Notification shall be accomplished not less than ten (10) working days prior to the commencement of asbestos abatement activities and demolition of the Unit. Contractor shall provide copies of the Written Notification shall be provided to the City for record. The Contractor is responsible for any fees or assessments associated with the Written Notification to the State of Texas. F. Contractor shall protect the work site as necessary with barriers, lights, safeguards and signs. G. Contractor agrees to remove from the lot as well as from the alley and right of way: 1. all concrete foundations, porches, steps, demolition debris, junk, trash, debris and salvageable materials; 2. all furniture, household furnishings, business furnishings, building materials, tires, abandoned or junked vehicles or vehicle parts; 3. any dead trees and shrubs and to remove all high weeds and grass; 4. all badly damaged or dilapidated fences, retaining walls or decorative barriers; 5. all debris, trash, unsanitary, unsightly or objectionable matter from the demolition premises to a state licensed disposal site or to a properly permitted landfill site; and 6. all dirt and debris from the sidewalk and street that accumulated during the asbestos abatement and demolition and removal of Unit 1. H. Contractor agrees to protect and leave in good condition all living large trees, shrubs and fences that are in good condition. 3 I. Contractor shall have no more than 8 hours in a twenty-four hour period for salvage. All salvageable material from the building will become the property of the contractor and shall be removed from the site. J. Contractor agrees to grade the entire lot and to fill all holes and low areas on the lot with clean fill to prevent the pooling of water. 3. SCOPE OF CITY SERVICES The City agrees to designate a City representative to provide timely direction to the contractor and render City decisions. 4. FEDERAL STATE AND LOCAL LAWS AND REGULATIONS In performing the services required under this contract, Contractor agrees to comply with all applicable federal, state and local laws, statutes, regulations, environmental requirements, ordinances, and the Building and Construction Codes of the City of Fort Worth 5. REQUIRED LICENSED AND PERMITS A. Contractor certifies that it or its subcontracts has all current and appropriate federal, state and local licenses and permits to abate the asbestos and demolish and remove Unit . B. Contractor agrees to maintain and require its subcontractor used to perform this contract to maintain all required federal, state and local licenses and permits during the performance of this contract, including a wrecking pennit, and a City of Fort Worth Waste Hauler Permit. 6. WAGES PAID BY CONTRACTOR The Contractor agrees to pay at least the general prevailing wages per hour for all labor as the same is classified, promulgated and set out by the City of Fort Worth, a copy of which is attached hereto and made a part thereof the same as if it were copied verbatim herein and the Contractor agrees to forfeit as a penalty to the City ten dollars ($10.00) for each laborer, workman, or mechanic employed by Contractor or any subcontractor, for each calendar day, or portion thereof for such laborer, workman, or mechanic who is paid less that the said stipulated- rates tipulatedrates for any work done under this contract. 4 7. INSURANCE REQUIREMENTS A. The Contractor agrees to furnish the following proof satisfactory to City, that it or it's subcontractor(s) has secured and paid for the following policies of liability insurance for the term of this contract covering all risks related to the asbestos abatement and demolition and removal of Unit according to the specification in Paragraph 2 "Scope of Contractor's Services": 1. General Liability Insurance - $1,000,000 minimum per occurrence; $2,000,000 aggregate limit. 2. Automobile Liability Insurance - $1,000,000 each accident The Contractor agrees that it and it's subcontractor(s) performing transportation and disposal services under the project shall provide the following under automobile liability insurance policy(s): coverage while loading, unloading and transporting asbestos and/or asbestos abatement related materials by including the MSC 90 endorsement on the policy or provide equivalent coverage through alternate endorsement(s) or separate insurance policies. In the event subcontractor(s) provide the transportation and disposal services, contractor agrees to require and provide documentation of coverages specified herein in a certificate of insurance which contractor shall provide to the City. 3. Worker's Compensation Insurance Coverage Statutory limits for Worker's Compensation plus employer's liability at a minimum of $1,000,000 each accident; $1,000,000 disease-each accident; and $1,000,000 disease- each employee. 4. Asbestos Abatement Liability Insurance - $1,000,000 per occurrence; $2,000,000 aggregate limit NOTE: BETWEEN 1 AND 4 ABOVE, ANY POLLUTION EXPOSURE, INCLUDING ENVIRONMENTAL IMPAIRMENT LIABILITY, ASSOCIATED WITH THE SERVICES AND OPERATIONS PERFORMED UNDER THIS CONTRACT SHALL BE COVERED; IN ADDITION TO SUDDEN AND ACCIDENTAL CONTAMINATION OR POLLUTION LIABILITY FOR GRADUAL EMISSIONS AND CLEAN-UP COSTS SHALL BE COVERED. B. Contractor agrees to include the following language or in the sole discretion of City an equivalent clause may be included in the insurance policies required by this contract: Additional Insured Clause: 1. "The City of Fort Worth, its officers, agents, employees, representatives, and volunteers are added as additional insured as respects operations and actives of, or 5 on behalf of the named insured, performed under contract with the City of Fort Worth." 2. This insurance shall not be canceled, limited in scope or coverage, or non- renewed until after thirty (30) days prior written notice has been given to the Special Projects Supervisor, Code Compliance, City of Fort Worth, 750 Texas, Fort Worth, Texas 76102." C. Prior to commencing work under the contract, the Contractor agrees to deliver to City insurance certificate(s) documenting the insurance required and terms and clauses required. If the subcontractor is maintaining its own insurance, Contractor agrees to obtain documentation of coverage prior to the commencement of work and the contractor agrees to deliver such documentation to the City prior to the commencement of any work. D. Contractor agrees to provide workers' compensation insurance coverages for all of its employees employed on this public project for asbestos abatement and the demolition and removal of Unit 1 and Contractor will certify same to the City by executing the attached Exhibit `B" "Contractor's Compliance With Workers Compensation Law." Contractor also agrees to require all of its subcontractors who will perform work under the contract to provide it with a certificate that the subcontractor provides workers' compensation insurance coverage for all of its employees employed on the project and further agrees to promptly a copy of all subcontractors' certificates to the City. Contractor will not permit any sub- contractor to perform work on the project until such certificate has been acquired. E. Contractor agrees to use and require its subcontractors used to perform this contract to use insurance companies that are approved to do business in the State of Texas and that are currently rated in terms of financial strength and solvency to the satisfaction of the Director of Risk Management for the City of Fort Worth. F. Contractor agrees that the deductible or self-insured retention (SIR) affecting the coverage required shall be acceptable to the Risk Manager of the City of Fort Worth; and, in lieu of traditional insurance, alternative coverage maintained through insurance pools or risk relations groups must also be approved. G. All required insurance policies are hereby incorporated into and made a part of the Contract. 8. TIME TO START AND TO COMPLETE THE PROJECT A. Contractor agrees to begin work by June 12, 2000 following the issuance of a task order or upon written notification from the Director of the Department of City Services of the City of Fort Worth or his designee and complete such work by the time specified in the Texas Department of Health Demolition/Renovation Notification Form. 6 B. Upon completion of the project, the contractor shall submit to the Special Projects Supervisor an itemized bill detailing the unit number, the property address, the price and the name of the landfill where each load of asbestos and demolition debris was delivered. 9. INDEPENDENT CONTRACTOR The Contractor shall perform all work under this contract as an independent contractor and not as an officer, servant, or employee of the City. Contractor shall have the exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, and subcontractors. Nothing herewith shall be construed as creating a partnership or joint venture between the City and Contractor, its officers, agents, employees, and subcontractors; and the doctrine of respondent superior shall not apply as between the City and Contractor. 10. COMPENSATION A. The City and Contractor agree that the total cost of this contract shall not exceed $296,000. B. The City will not be liable for any Contractor costs in excess of the Not-to-Exceed amount specified in Paragraph 10. A., unless the City has signed and issued a formal Modification to the contract. C. Contractor acknowledges that City will not render payment unless Contractor completes the asbestos abatement, demolition and removal of Unit in the time specified in Paragraph 8 and is accepted by the Director of City Services,, Director of Development, and the Director of the Department of Environmental Management or their designees. D. City will make payment within forty-five (45) calendar days from the date of acceptance of the asbestos abatement and demolition and removal of Unit I by City. 11. INDEMNIFICATION A. General Indemnification: CONTRACTOR DOES HEREBY COVENANTS AND AGREES TO AND SHALL INDEMNIFY, REIMBURSE, HOLD HARMLESS, AND DEFEND THE CITY, ITS OFFICERS, AGENTS, SUBCONTRACTORS, SERVANTS, EMPLOYEES, AND CONTRACTORS FROM AND AGAINST ANY AND ALL LOSSESS, DAMAGES, CAUSES OF ACTION, SUITS AND LIABILITY OF EVERY HIND, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES, WHICH MAY ARISE DUE TO ANY LOSS OR DAMAGE TO PERSONAL PROPERTY OR PERSONAL INJURY AND/OR DEATH ARISING OUT OF, IN CONNECTION WITH OR OCCURRING AS A CONSEQUENCE OF THE PERFORMANCE OF THIS CONTRACT WHEN SUCH INJURIES, DEATH OR 7 DAMAGES ARE CAUSED BY THE ACTS, OMISSIONS OR NEGLIGENCE OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES OR SUBCONTRACTORS WHETHER OR NOT SUCH INJURIES, DEATH OR DAMAGES ARE CAUSED BY CITY'S SOLE NEGLIGENCE OR THE JOINT NEGLIGENCE OF THE CITY AND ANY OTHER PERSON OR ENTITY. IT IS THE EXPRESSED INTENTION OF CITY AND CONTRACTOR, THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY THE CONTRACTOR TO INDEMNIFY AND PROTECT THE CITY FROM THE CONSEQUENCES OF THE CITY'S OWN NEGLIGENCE, WHETHER THAT NEGLIGENCE IS THE SOLE OR CONCURRING CAUSE OF THE INJURY, DEATH OR DAMAGE. B. Environmental Indemnification: CONTRACTOR DOES HEREBY RELEASE, INDEMNIFY, REIMBURSE, DEFEND, AND HOLD HARMLESS THE CITY, ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL ENVIRONMENTAL REQUIREMENTS RESULTING FROM THE HANDLING, COLLECTION, TRANSPORTATION, STORAGE, DISPOSAL, TREATMENT, RECOVERY, AND/OR REUSE, BY ANY PERSON, OF ASBESTOS CONTAINING MATERIAL WHICH IS HANDLED, DISINTERED AND/OR REMOVED UNDER THIS CONTRACT, WHEN SAID ENVIRONMENTAL DAMAGES OR THE VIOLATION • OF SAID ENVIRONMENTAL REQUIREMENTS ARE 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. C. The obligations of the Contractor under this paragraph shall include, but not be limited to, the burden and expense of defending all claims, suits, and administrative proceedings (with counsel reasonably approved by the indemnified parties), even if such claims, suits or proceedings are groundless, false, or fraudulent, and in 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. A. Upon learning of a claim, lawsuit, or other liability that Contractor is required hereunder to indemnify City, the City shall provide Contractor with reasonably timely notice of same. B. The obligations of the Contractor under this paragraph shall survive the expiration and the discharge of all other obligations owed by the parties to each other under this Contract. C. In all of its contracts with subcontractors for the performance of any work under this Contract, Contractor agrees to require the subcontractors to indemnify the City in a manner consistent with this paragraph. 8 12. WARRANTY Contractor warrants that it understands the currently known hazards and suspected hazards that are presented to persons, property and the environment by asbestos containing material in the Unit. 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 federal, state and local laws governing it activities and is under no restraint or order which would prohibit performance of services under this Contract. 13. BONDS A. Contractor shall be required to give the City surety in a sum equal to the amount of the contract. Contractor shall be required to furnish a Payment Bond, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. Contractor shall also be required to furnish a Performance Bond shall be executed, in the amount of the contract, and conditioned on the faithful performance of the work in accordance with the Contract Documents. Said bond shall solely be for the protection of the City of Fort Worth. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Article 5160 of the Revised Civil Statutes of Texas, as amended. B. In order for a surety to be acceptable to the City, (1) the name of the surety shall be included on the current U.S. Treasury List of Acceptable Sureties (Circular 870), or (2) the surety must have capital and surplus equal to ten times the amount of the bond. The surety must be licensed to do business in the State of Texas. The amount of the bond shall not exceed the amount shown on the Treasury list or one-tenth (1/10) of the total capital and surplus. If reinsurance is required, the company writing the insurance must be authorized, accredited or trusted to do business in Texas. C. No sureties will be accepted by City that are at the time in default or delinquent on any bonds or which are interested in any litigation against City. Should any surety on the contract be determined unsatisfactory at any time by City, notice will be given to the Contractor to that effect and the Contractor shall immediately provide a new surety satisfactory to City. 14. DEFAULT AND TERMINATION 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. 9 B. If Contractor fails to begin work on said project and complete said project within the time specified in Paragraph 8. City shall have the right to take charge of and complete the work in such a manner as it may deem appropriate. If City exceeds the costs detailed in Paragraph 10., City may deliver to Contractor a written itemized statement of the total excess costs, and Contractor shall reimburse City for such excess costs without delay, or in the City's sole discretion, as reimbursement for said excess costs, City may withhold from Contractor any monies due or which might become due the Contractor under this contract or any other contract with which the Contractor may have with City. 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 days after written notification shall result in termination of this contract. Contractor shall pay all costs and attorneys fees incurred by City in the enforcement of any provision of this contract. D. City may terminate this Contract with or without cause upon thirty (30) days prior written notice to Contractor, provided that such termination shall be without prejudice to any other remedy City may have. In the event of termination, any work in progress will continue to completion unless specified otherwise in the notice of termination. The City shall pay for any such work in progress that is completed by Contractor and accepted by City. E. The remedies provided for herein are in addition to any other remedies available to City elsewhere in this contract. 15. AUDIT Contractor shall keep complete and accurate records for the services performed pursuant to this Contract and any records required by law or government regulation for thirty-six (36) months after the completion of this agreement and shall make all records available for audit to City at Contractor's location upon written request of City. Contractor shall prepare and forward such additional or supplemental records as City may reasonably request. 16. MODIFICATION No modification of the Contract shall be binding on Contractor or City unless such modification(s) is in writing and signed by both parties. 17. MINORITY AND WOMENT BUSINESS ENTERPRISES Minority/Women Business Enterprise participation on the contract 10%. 10 18. 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. 19. GOVERNRQNG 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. 20. 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 such invalidity, illegality, or unenforceability shall not affect any other provision of this contract, and which contract shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. 21. RIGHTS AND REMEDIES NOT WAIVED In no event shall the making by City of any payment to Contractor constitute or be construed as a waiver by 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 City while any such breach or default exists shall in no way impair or prejudice any right or remedy available to 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 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. 11 22. VENUE Venue of any suit or cause of action under this Contract shall lie in Tarrant County,Texas. 23. NOTICES A. Mailing of Notices All notices, requests, demands and other communications under this Agreement which are required to be in writing shall be deemed as having been duly given on the date of service, if served personally on the party to whom notice is to be given, or on the date of mailing, if mailed to the party to whom notice is to be given, by first class mail, registered or certified, postage prepaid, and properly addressed as follows: City: Paul Bounds Code Compliance, Superintendent 715 Texas, Fort Worth, Texas 76102 Contractor: Marty Hunter Hunter Demolition& Wrecking Corp. RR5, San Antonio, Texas 78264 B. Change of Address Either party may change the address at which notice may be given by giving ten (10) days prior written notice of such change to the other party. 24. ENTIRETY This contract, the contract documents, and any other documents incorporated by reference herein contain all the terms and conditions agreed to by 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. 25. ASSIGNMENT Contractor shall not assign, sublet, or transfer its interest in this contract without written consent of 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. IN WINESS WHEREOF, the City of Fort Worth and Contractor have executed this contract in triplicate on this 114k day of e 2000. 12 CITY OF FORT WORTH HUNTER DE LIT ON & WRECKING CORP. arles Boswell — Marty H ter Assistant City Manager President AT ST: WITNESS: oriaP rson 1-1/-00 Printe Name• .. City Secretary Titl APPR VEDAS TO FORM SEAL Assist nt City Attorney 4p :ontract Authorization Date 13 �A 1 * •� iJ -f I � 1. e. • - _ how.rt' }, _ .y THE CITY OF FORT WORTH INVITATION TO BID THIS DOES NOT REPRESENT AN ORDER FOR THE PURCHASE BY THE CITY. AiLL:,RE TO SIGN AND RE'I•L'RN THIS INCITATION TO 1 11) FORXI 11TH 1310 «N]11 RF t*LT 1\ DISOVALIFICATION OF 11I1). VENDOR'S NAME, ADDRESS, BID QUOTATION N0. 98-0012 12/16/97- AND 2/16/97AND TELEPHONE NUMBER: BID REQUEST FOR: DEMOLITION OF STRUCTURES Hunter Demolition & 11recking Corporation SEALED BIDS WILL BE R7,CEIVED liN,,,rl., 1:5,-j ,.,,1. 17934 S.H. 16 South R.Rt.5 1/ 15/98 AT THE OFFICE OF PURCHASING MGR. San Antonio, Tx. 78264 FORT WORTH MUNICIPAL BUILDING RM. L62. (210) 227-5100 B 1 OPE`iIING AT 2:00 P.IN1,FOR INFORMATION, CALL BUYER: PAT DI FFEE 871-83; ITEM QUANTITY UNIT DESCRIPTION UNIT PRICE AMOUNT THE CITY OF FORT WORTH REQUESTS BIOS FOR THE DEMOLITION OF STRUCTURES PER THE ATTACHEO SPECIFICATIONS. FOR ADDITIONAL INFORMATION, CONTACT THE PURCHASING DIV- ISION AT 617-871-8321• 1 E :ICH CITY OF FORT WORTH ITEM NUMBER : 0561-97501 1 78oCO [ -7g OD( DEMOLITION OF 5301r5209,5221 ,5233 GREENLEE AVE ) ' 2 1EACH CITY OF FORT 1,40I?TH ITEM NU`13ER : 0561-97501 DEMI)LITION OF 2421 EAST 3ELKNAP STREET 3 EACH CITY OF FORT '40RTH ITEM NUMBER : 0561-97501 DE1"t0L I T I CN OF 1220 EAST ANNIE STREET _----- 4 17=.BCH CI TY OF FORT WORTH ITEM NUMBER : 0561-97501 DEMOLITION OF 112 EAST RCSEDALI_ STREET 5 I=ACH CITY OF FORT WORTH ITEM NUMBER : 0561-97501 DEMOL I TI CN OF 1203 SOUTHEAST LOOP 820 n/[a .5%net 10 da TOTAL by BID: ]!7 t C)0 C The undersigned assures that its employees and applicants for employment and those of any labor organisation subcontractor or employment agency in either turnishirg or referring employee ap- plicants to the undersigned are not escnminated against by the terms of Article Itt,Division 3(Employment organization, 17 Code of the City of Fort Worth(1966),as amended,and within the xope of these provisions,agrees to cooperate with the City of Fort Worth in verifying this assurance. Delivery in T1/a calendar days from receipt of order. i'asc:_n: "Irna: tcaih tli.cuu:;t;. Co. pl)int anil Fr.i�i;t The City of Fort Worth reserves the right to reject any and/or all bids and to waive any and/or all formalities and to award purchase on in- i;l hcunsiderud in hit! e• ahi.!tion. dividual item basis. IN SUBMITTING THE ABOVE QUOTATION, THE VENDOR AGREES THAT APPROVAL, ACCEPTANCE, AND THE IS• NAME: Hunter Demolition & Wrecking Corp. SUANCE OF A PURCHASE ORDER,WITHIN A REASONABLE crrtat or tr9.l TITLE: President PERIOD, BY THE PURCHASING DIVISION OF THE CITY OF Mint ort ) ^^m,.rnnTu rnwCTiTUTES A CONTRACT. DATE: — A. a Jac THE CITY OF FORT WORTH INVITATION TO BID THIS DOES NOT REPRESENT AN ORDER FOR THE PURCHASE BY THE CITY. 1:-1ILURF,TO SIGN AND RETI RN TfilS (\,;vn,:k,rioN ,ro fill) FORM \VITH Illi)hti111 RFSVJJ IN DISOVAUVIC A110\ OF I'll). VENDOR'S NAME, ADDRESS, BID QUOTATION N0. 9 8-00 12 12/ 16/97 AND TELEPHONE NUMBER: BID REQUEST FOR: Hunter Demoliiton & Wrecking Corporation DEMOLITION OF STRUCTURES 17934 S.H. 16 South R.Rt.5 SEALED BIDS WILL BE, RE,"EIVED U TI' San Antonio, Tx. 7364 1/15/98 AT THE OFFICE OF PURCHASING MGR. FORT WORTH MUNICIPAL BUILDING RM, L62. (210) 22 7-5 100 BID OPENING AT 2:00 P.,y FOR INFORMATION, CALL BUYER: PAT OI FFEE 871-83. ITEM QUANTITY UNIT DESCRIPTION UNIT PRICE AMOUNT BID RESPONSE TERMS AND CONDITIONS : L'S RE SCLI _ ITE FOR FURNISHING THE GOODS AND SERVICES SET FORT [V THISBID CUE ST. COP LE TED 810 P.E CUES TS , ORIG INAL AND ONE ( 1) COPY, MUST 3E RECEIVED IN iE FJRCHASIt , D [ [S [ON 81--FOP. 1 :30 P.M. Oil THE "OPENING DATE" . LATE BIDS WILL P, TUR N= U 10 BIDDER. TO INSURE ACCEPTANCE OF BIDS , THE COMMODITY VANE , BID JOT T ION NIJ1 . ER AND OPENING DATE MUST BE CLEARLY SHORN ON THE LOWER LEFT CORNER C i E TURN E EL CP -. LI RIES SF-91_1_0 3E LADE TO THE PURCHASING OI VI SI ON: M IL TC .' P.O. BOX 17027 FORT WORTH „ TX 76102 1A`JO D'--: LIVER : 1000 THROCKMORTON LOWER LEVEL - SOUTHHES T CORNER FORT WORTH , TX 76102 IOS TO PE D. IVF =D BY SPECIAL COURIER ( I .E . FEDERAL EXPRESS, SPECI% L Dc IVERY• TC. SHCULD 3E MARKED "BID MUST BE DELIVERED TO PURCHASING CIVISIJN ONLY BEFORE :30 -M .Ft I ,', CRDER TO BE CONSIDERED . ( DS 1AY 811: t I THDPAWN AT ANYTIME PRIOR TO THE OFFICIAL OPENING UPIN ROOF OF DEN IFICATI J . AFTER THE OFFICIAL OPENING, BIDS MAY NOT BE AMEN EDF ALTERED OR I THCRAIAN. 1'.1 .1.1; ',T '! El •5% net 10 days 11.11_111;M] n/a ----------- ----------------- TOTAL (� �C n/a — ctilect ft"J211t „iii nut he auepled BID: + ) The undersigned assures that its employees and applicants for employment and those of any labor organization subcontractors or employment agency in either furnishir:g or refetring employee ak plicants to red are not desenminated against by the terms of Article III,Division 3(Employment Practices),Chapter 17 Code of the City of Fort Worth(1966),u amended,and within the xope of these provisions,agrees to cooperate with the City of Fort Worth in verifying this assurance. Delivery in n/a calendar days from receipt of order. l crn;< I C::.,h c1i,:r. : . Eo.h. pui;:t ar.:l The City of Fort Worth reserves the right to reject any and/or all bids and to waive any and/or all formalities and to award purchase on in- ui : h: cuilsid,�rcd in biml c,alu;:;i`'rl dividual item basis. IN SUBMITTING THE ABOVE QUOTATION, THE VENDOR AGREES THAT APPROVAL, ACCEPTANCE, AND THE IS- NAME: Hunter Demolition & Wrecking Corp SUANCE OF A PURCHASE ORDER,WITHIN A REASONABLE (Print Or ty") TITLE: Praairlant PERIOD, BY THE PURCHASING DIVISION OF THE CITY OF (Print ar try.) FORT WORTH CONSTITUTES A CONTRACT. DATE: 7-3 g�q i / A n.. THE CITY OF FORT WORTH INVITATION TO BID THIS DOES NOT REPRESENT AN ORDER FOR THE PURCHASE BY THE CITY. 'AILURF. TU SIGN A\1) RETURN THIS 1);vrr.ATFO\ '['n ilii) FORM iviTH BID titi1[_I. RESULT I\ 1)!.S(li_'A1. F1('AT1()\ OF VENDOR'S NAME, ADDRESS, BID QUOTATION N0. 198-0012 12/16/97 AND TELEPHONE NUMBER: BID REQUEST FOR: DZMOLITION OF STRUCTURES Hunter Demolition & Wrecking Corporation SCALED BIDS V;ILL BE RGt,LI v GD ��:TIi., 1:3�i 'r'.`.+:. 17934 S. 16 South Rt,S 1/ 15/98 AT THE OFFICE OF PURCHASING MGR. San Antonio, Tx. 78266 4 FORT WORTH MUNICIPAL BUILDING RM. L62. (2 10) 227-5100 BID OPE�NI`aG AT 2:00 P.?.I.FOR INFORMATION, CALL BUYER: PAT OIFFEE 871-83 ITEM QUANTITY UNIT DESCRIPTION UNIT PRICE AMOUNT LAWS TO BE OBSERVED THE VENDOR SHALL AT ALL TIMES OBSERVE AND COMPLY WITH ALL FEDERAL AND STATE LAWS AND CITY ORDINANCES AND REGULATICiNS WHICH IN ANY 1i AY AFFECT THE PURCHASE ORDER OR CONTRACT TD BE ISSUED BASED ON THESE SPECIFICATIONS , AND SHALL OBSERVE AND COMPLY WITH ALL RULES, REGULATIONS , LAWS , AND ORDINANCES WHICH EXIST OR WHICH MAY BE ENACTED LATER BY BO IES HAVING JURISDICTION OR AUTHORITY FOR SUCH ENACTMENT. N3 PLEA CF 11SUNDERSTANDING OR IGNORANCE THEREOF SHALL BE CONSIDERED. THE VENDOR, SHALL INDEMNIFY AND SAVE HARMLESS THE CITY AND ALL OF ITS OFFICERS, AGENTS, AND EMPLOYEES AGA I,15T ANY AND ALL CLAIMS OR LIABILITY ARISING FROM OR EASED 'UN THE VI A— TIO`1 OF ANY SUCH RULE, REGULATION, LAW • ORDINANCE- OR OR =R , WHETHER IT BE BY HIMSELF/HERSELF OP HIS/HER EMPLOYEES . INVOICES WILL BE PAID IN ACCORDANCE WITH STATE LAW. .5% net 10 days i?: '.::i '. n/a 1 ♦ : -11..`1 • . L ♦.,i� t- I • ------- ---- ----- -- TOTAL 47400 C')liect il' i?i?t Mill r:lt 1�t' t'rrct)ieti BID: The undersigned assures that its employees and applicants for employment and those of any labor organization,subcontractors or employment agency in either furnishingg or referring employee al plicanb to the undersigned are not escnminated against by the terms of Article III,Division 3(Employment Practices),Chapter 17 Cade of the City of Fort Worth(198b),as amended,and withi: the scope of these provisions,agrees to cooperate with the City of Fort Worth in verifying this assurance. Delivery in n/a calendar days from receipt of order. ! ay:r._r,t Te:[,;, it;,,. Ji•iv.(r:t;. f". .h. pnir.t :�❑(! Frei ! t The City of Fort Worth reserves the right to reject any and/or all bids r and to waive any and/or all formalities and to award purchase on in- ill bz runsid:red in �i(! e%.11uatiun• dividual item basis. IN SUBMITTING THE ABOVE QUOTATION, THE VENDOR AGREES THAT APPROVAL, ACCEPTANCE, AND THE IS- NANIE: Hunter Demolition & WreckingCorp. SUANCE OF A PURCHASE ORDER,WITHIN A REASONABLE 'Print or trn) PERIOD, BY THE PURCHASING DIVISION OF THE CITY OF TITLE: President - --- • 'f`Mimrr'rVR A CONTRACT. DATE: 1-1 1R It n—"LL THE CITY OF FORT WORTH INVITATION TO BID THIS DOES NOT REPRESENT AN ORDER FOR THE PURCHASE BY THE CITY. 1LURF TO SIGN AMU RETURN "THIS INVITATION TO BID FORNI WITH (311) «II•l, RFS11.1' i\ i)IS0UAL1F1('AT10\ OF_ IIIc). VENDOR'S NAME, ADDRESS, BID QUOTATION NO. 93-00 12 12/ 16/97 AND TELEPHONE NUMBER: BID REQUEST FOR: Hunter Demolition & 14recking Corporation DEMOLITION OF STRUCTURES 17934 S.H. 16 South R.Rt.5 SEALED BIDS `ti•ILL K RECEIVED LUNTIL 1:30 P. J. San Antonio, Tx. 73264 1/ 15/98 AT THE OFFICE OF PURCHASING MGR. FORT WORTH MUNICIPAL BUILDING RM. L62. (210) 227-5100 BID OPENI;`iG AT 2:00 P.,,,I.FOR INFORMATION, �z4'3�° 1 CALL BUYER: PAT OI FFEE 871-832 ITEM QUANTITY UNIT DESCRIPTION UNIT PRICE AMOUNT a aa � aaaaa s.� *COVER SHEET#**# **• *****## saxe a a s THE COtaTRACTOR SHALL SUBMIT BIDS FOR DEMOLITION AND REH VAL OF PROPERTY AT THE DESCRIBL-D LOCATIONS IN ACCOR ANCE WIIH THE TERMS SPECIF [ED IN THE ATTACHED DEMOLITION SPECIFICtTION AND DEMOLITION CONTRACT. IF THFRE IS A CONFLICT BETWEEN THE BID PROPOSAL FORM ANC THE DEt`MLITIC'd CONTRACT, THE DEMOLITION CONTRACT SHALL CONTROL ; IF THERE IS A CU`IFLICT BETWEEN THE BID PROPOSAL FORM AN THE -EHOLITICN SPEC[ FI CAT[ONS , THE DEMOLITION SPECIFICATIONS SHALL CONTROL. 0**'S 0******?Ate*+;Ka*AK*4 *ft**41 *VE*4( � a���i�� 01(0 A CONTRACT WILL BE AWARDED TO THE LOW RESPJ'11SIB E B [DOER FOi EACH LINE ITEM WITHDUT CONSIDERATION OF THE TJT L LOW BID _ FOR, ALL ITEMS. A PAY111IE`1T 80IND I S PEOU IR. `D I N THE FULL A MOUNT OF TAE CONTRACT IF THE CONTRACT IS IN EXCESS OF $25s00 .07 . 4 PFRFORMANCE BOND IS REQUIRED IN THE FULL AMOU T OF THE CONTRACT IF THE CCNT PACT IS EQUAL TO OR GREATER THAN tI 00 000. I N SUCH EVENT , FOR A SURETY TO 8E ACC EPT AB L1` TO THE CITY, THE SURETY MUST ( 1) BE AUTHORIZED TO JO 3U SI NE: SS IN Td IS STATE AND HCLD A CERTIFICATE OF AUTHORITY FROM THE UNITED STATES SECRETARY OF THE TREASURY TO QUALIFY 4S A SURETY ON OBLIGATIONS PERMITTED OR PEQUIRED UVDER FEDERAL LAW; OR (2) HAVE OBTAINED K INSURANCE FCR ANY LI A`1IL IT Y IN tL-XC(--SS OF $ 100, 000. FROM A RE INSURER THAT IS AUTHORIZED ANC ACMITTEO AS A REINSURER IN THIS STATE AN IS THE HOLCEP ')F A CERTIFICATE OF AUTHORITY FROM THE U`JITED STATES SECRETARY OF THE TREASURY TO QUALIFY AS A Sl RETY OR RE INSUR -R ON OBLIGATIONS PERMI TTI-D OR REJUIRECJ L E ; 1"1rR',IS -.5�,._I?et_10-_d-ys__. 1"l;l:!(,ICI n/a //��//,,TOTAL �/l JV1,01NT r./a t ulle:t I'rzi;l)t +ill n,1t lac tic:cp_f(; BID: , The undersigned assures that its employees and applicants for employment and those of any labor organization,subcontractors or employment agency in either furnishingor referring employee ap plitants W the undersigned are not descriminated against by the terms of Article III,Division 3(Employment Practices),Chapter 17 Code of the City of Fort Worth(1986),as amended,and within the scope of these provisions,agrees to cooperate vnth the City of Fort Worth in verifying this assurance. Delivery in n/a calendar days from receipt of order. Pa*�went l'rrn:, "cash di,(:nt:ni,, t.i,.h. 1)�):ni and The City of Fort Worth reserves the right to reject any and/or alt bids and to waive any and/or all formalities and to award purchase on in- %611 be cunsidered in bid r.:lltiati°i dividual item basis. IN SUBMITTING THE ABOVE QUOTATION, THE VENDOR AGREES THAT APPROVAL, ACCEPTANCE, AND THE IS- NAME: l-_.unter Denioli.tion & Ureckins(Riot or tn.) Corp. SUANCE OF A PURCHASE ORDER,WITHIN A REASONABLE TITLE: T'rF c?Pnt PERIOD, BY THE PURCHASING DIVISION OF THE CITY OF (Print er type) FORT WORTH CONSTITUTES A CONTRACT, DATE: 13— 3 THE CITY OF FORT WORT H INVITATION TO BID THIS DOES NOT REPRESENT AN ORDER FOR THE PURCHASE BY THE CITY. k1l.URE TO SIGN AND RETI-RN THIS I`VITNTIO,\ 1.0 IUD 1:0,R N1 NVIT11 RlnRFSVI.T I\ D1Snl.'AI,IF1('AT10\ OY 11,f VENDOR'S NAME, ADDRESS, BID QUOTATION N0. 98-0012 12/16/97 AND TELEPHONE NUMBER: BID REQUEST FOR: Hunter Demolition & Wrecking Corporation DEMOLITION OF STRUCTURES 17934 S.H. 16 South .R.Rt.5 SEALED BIDS NVILL BE R7CEIVED UNTIE San 'Antonio, Tx. 78264 1/ 15/98 AT THE OFFICE OF PURCHASING MGR. (210) 227-5100 FORT WORTH MUNICIPAL BUILDING RM. L62. BID OPENING AT 2:00 P.li.FOR INFORMATION, CALL BUYER: PAT 0I FFEE 671-831- ITEM QUANTITY UNIT DESCRIPTION UNIT PRICE AMOUNT UNDF-R FEDERAL LAW. _- Net 10 days r„ n/a }} I _r.i t.,,1 1 ----_ --- —._—�------ TOTAL 474, O vV ±. ,.h. POP""[ _-n./a ---------`—_-- cuile l fl-J"11( >>i[1 not lei: ttcct-prr(1 BID: The undersigned assures that its employees and applicants for employment and those of any labor organization subcontractors or employment agency in either furnishing or referr ng employee ap plicants to the undersigned are not descriin ed against by the terms of Article 111.Division 3(Employment organization, 17 Code of the City of Fort worth(1986),as amended,and vrtthm the scope of these provisions,agrees to cooperate vnth the City of Fort Worth in verifying this assurance. Delivery in n/a calendar days from receipt of order. P'i.mint Torin,, lcti, di,;uuntl, t'.u,h. point ::u'. lrti,;1: The City of Fort Worth reserves the right to reject any and/or all bids and to waive any and/or all formalities and to award purchase on in- uili he c0n3ic.rrrd ill hid es:,lu:lti ,n• dividual item basis. IN SUBMITTING THE ABOVE QUOTATION, THE 'VENDOR AGREES THAT APPROVAL, ACCEPTANCE, AND THE IS- NAME: Hunter Demolition & Wrecking: Corp SUANCE OF A PURCHASE ORDER,WITHIN A REASONABLE (Print or t".) PERIOD, BY THE PURCHASING DIVISION OF THE CITY OF TITLE: Pia t urtrp) cnPT WORTH CONSTITUTES A CONTRACT. DATE: 1- 'I-QP v n n - \� r/ + SOLICITATION FOR DEMOLITION AND ASBESTOS ABATEMENT: These are specifications soliciting bids for the demolition and debris removal and asbestos abatement of specific structures, as listed. The City of Fort Worth requests that bids received remain in effect for up to sixty (60) days, from the date of opening. SITE LOCATION: Unit 1 5301 GREENLEE AVENUE and 5209, 5221 and 5233 GREENLEE AVENUE, aka MONACO APARTMENTS, further identified as, Lot 6B, 6C, 7B, 7C AND 541/2'-7A, Mc INTIRE SUBDIVISION and Lot CR, Block 2, EASTLAND SUBDIVISION to the CITY OF FORT WORTH TEXAS, for fourteen (14) two story masonry multi family buildings and three (3) one story masonry buildings, inclusive of the collapse and in fill of two swim pools. Unit 2 2921 EAST BELKNAP STREET, further identified as, TRACT 71 ABSTRACT 1056, ATKIN MCLEMORE SURVEY, to the CITY OF FORT WORTH TEXAS, for twenty (27) seven, 48 square foot masonry accessory buildings, with a total area of 1296 square feet, inclusive of all abandoned mobile homes present on the site. Unit 3 1220 EAST ANNIE STREET, further identified as, Lot 6, Block 31, UNION DEPOT ADDITION, to the CITY OF FORT WORTH, for a two story 3592 square foot masonry multi family building. Unit 4 112 EAST ROSEDALE STREET, further identified as, Lot 2A Block J, ROSEDALE ADDITION, to the CITY OF FORT WORTH TEXAS, for a two story 5462 square foot, masonry commercial building. Unit 5 1208 SOUTHEAST LOOP 820, aka HIGHLAND VILLAGE APARTMENTS, further identified AS, Lot 1A, Block 1 HIGHLAND HILLS ADDITION, to the CITY OF FORT WORTH TEXAS, for a one story 885 square foot masonry building and ten (10) two story 35,458 square foot masonry multi family buildings. Demo bid specs. DEMOLITION SPECIFICATIONS These are specifications attached to and forming a part of a contract between contractor and the City of Fort Worth for the demolition and removal of property at specific locations described within the body of this bid document. The contractor agrees to perform all work as described in these specifications and in accordance with the City of Fort Worth Demolition Contract, a copy of which is attached to this bid document. Bids by corporations must be executed in the corporate name by the president or a vice- president (or other corporate officer accompanied by evidence of authority to sign). Bids by sole proprietorships must be executed by the owner. Bids by partnerships must be executed in the partnership name and signed by a partner (accompanied by evidence of authority to sign). Evidence shall be provided in the form of a notarized affidavit executed by the president of the corporation, the owner, sole proprietor or partners of the company. The notarized affidavit shall be furnished and attached to the bid proposal by the contractor at the time of bid opening, or provided by the contractor to the Code Compliance Division prior to bid opening to be kept as a permanent record. The contractor shall at the time of bid opening, identify any sub-contractors who will participate in the performance of any of the scheduled work described in the bid specifications or demolition contract. The contractor shall, either at the time of bid opening or within seven (7) calendar days after the bid opening, possess a valid Wrecking Business Registration as issued by the Department of Development, (817/871-8131), which shall be maintained during the entire length of the contract. Written notice shall be provided to the contractor to whom the Code Compliance Division will recommend award of contract. The Code Compliance Division will endeavor to provide such notice within seven (7) days of the date of notice, provide to the Code Compliance Division either a certificate evidencing that all insurance required by these specifications is in effect or a letter from an insurance agent stating that all insurance premiums have been received and that the required insurance will be in effect within seven (7) days. If the contractor fails to provide the certificate or letter, the Code Compliance Division will recommend rejection of the bid. Before award of contract, the contractor to whom the above notice has been given shall provide to the City the executed affidavit in Exhibit"B" and the certificates of insurance evidencing that all insurance required by these specifications is in full force and effect. If such affidavit and certificates have not been so provided at the time the City Council considers award of contract, the City Council will be requested to reject the contractor's bid and that award be made to the contractor submitting the next lowest bid who has on file with the City all required insurance documentation. For the amounts of such insurance requirements, see the attached contract. The contractor shall furnish the affidavit and certificate of insurance issued to the City of Fort Worth as described herein, in the name of the individual doing business as a company, or the corporation, or the partnership in the same name as the bid submitted by the contractor. Demo specs.revised Bid specifications: EXHIBIT"A" SCOPE OF CONTRACTOR'S SERVICES 1. Contractor shall furnish all labor, tools, materials, permits and equipment necessary for performing the abatement of asbestos and the demolition and removal work. 2. Contractor should be registered with the City of Fort Worth. 3. Prior to commencement of work; • Contractor shall 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. • Obtain a wrecking permit to demolish all the specified buildings and structures at the site. • Confirm demolition site by contacting Code Compliance Division Supervisor Raul Rodriguez at 871-6347, a representative must be present before any work is started. • The Contractor shall send Written Notification of proposed asbestos abatement activities, as required by the State of Texas, Civil Statutes, Article 4477-3a, Paragraph 289.147, to the Texas Department of Health, Occupational Safety and Health Division. Such Written Notification shall be accomplished not less than ten (10) working days prior to the commencement of asbestos abatement activities and demolition work. Contractor shall provide copies of the Written Notification to the City for record. • The Contractor is responsible for any fees or assessments associated with the Written Notification of the State of Texas. For general information regarding asbestos requirements, contact the State Department of Health in Austin, Texas, (512) 834-6600. 4. Once commenced, work inclusive of salvage time at the site must be completed within no more than fifteen (15) calendar days. 5. Upon completion of the work, the Contractor will obtain a final inspection on the wrecking permit, from the Building Inspection Division in the Department of Development. Bid specs/EX.A 5. Contractor agrees to remove from the lot, as well as from the alley and right of way: • All concrete foundations, porches, steps, demolition debris, junk trash, debris and salvageable materials; • All furniture, household furnishings, business furnishings, building materials, tires, abandoned or junked vehicles or vehicle parts; • Any dead trees and shrubs and to remove all high weeds and grass • All badly damaged or dilapidated fences, retaining walls or decorative barriers; • All debris, trash, rubbish and junk from the demolition site to a state licensed disposal site or to a properly permitted landfill site, and; • All dirt and debris from the sidewalk and street that accumulated during the asbestos abatement and demolition and debris removal. 6. Contractor agrees to protect and leave in good condition all living large trees, shrubs and fences that are in good condition. 7. Contractor shall have no more than eight ( 8 ) hours, in one twenty four hour period, for salvage. All salvageable material from the building or structures will become the property of the contractor and shall be removed from the site. 8. Contractor agrees to grade the entire lot and to fill all holes and low areas on the lot with clean fill to prevent the pooling of water. 9. Protect the work site as necessary with barriers, lights, safeguards or warnings. 10. Payment will be made by City within forty (45) five calendar days from the date of acceptance of the asbestos abatement, demolition and debris removal, as approved by the Director of City Services, Director of Development, and the Director of the Department of Environmental Management or their designees. 11. Insurance requirements: See attached contract, Sec. 7 12. Licenses required: See attached contract, Sec. 5 13. Asbestos requirement: See Attached Level II Survey and Specifications "C" Bid specs.EX.A commercial SOLICITATION FOR DEMOLITION AND ASBESTOS ABATEMENT: These are specifications soliciting bids for the demolition and debris removal and asbestos abatement of specific structures, as listed. The City of Fort Worth requests that bids received remain in effect for up to sixty (60) days, from the date of opening. SITE LOCATION: Unit 1 5301 GREENLEE AVENUE and 5209, 5221 and 5233 GREENLEE AVENUE, aka MONACO APARTMENTS, further identified as, Lot 6B, 6C, 7B, 7C AND S41/2'-7A, Mc INTIRE SUBDIVISION and Lot CR, Block 2, EASTLAND SUBDIVISION to the CITY OF FORT WORTH TEXAS, for fourteen (14) two story masonry multi family buildings and three (3) one story masonry buildings, inclusive of the collapse and in fill of two swim pools. Unit 2 2921 EAST BELKNAP STREET, further identified as, TRACT 71 ABSTRACT 1056, ATKIN MCLEMORE SURVEY, to the CITY OF FORT WORTH TEXAS, for twenty (27) seven, 48 square foot masonry accessory buildings, with a total area of 1296 square feet, inclusive of all abandoned mobile homes present on the site. Unit 3 1220 EAST ANNIE STREET, further identified as, Lot 6, Block 31, UNION DEPOT ADDITION, to the CITY OF FORT WORTH, for a two story 3592 square foot masonry multi family building. Unit 4 112 EAST ROSEDALE STREET, further identified as, Lot 2A Block J, ROSEDALE ADDITION, to the CITY OF FORT WORTH TEXAS, for a two story 5462 square foot, masonry commercial building. Unit 5 1208 SOUTHEAST LOOP 820, aka HIGHLAND VILLAGE APARTMENTS, further identified AS, Lot 1A, Block 1 HIGHLAND HILLS ADDITION, to the CITY OF FORT WORTH TEXAS, for a one story 885 square foot masonry building and ten (10) two story . 35,458 square foot masonry multi family buildings. Demo bid specs. DEMOLITION SPECIFICATIONS These are specifications attached to and forming a part of a contract between contractor and the City of Fort Worth for the demolition and removal of property at specific locations described within the body of this bid document. The contractor agrees to perform all work as described in these specifications and in accordance with the City of Fort Worth Demolition Contract, a copy of which is attached to this bid document. Bids by corporations must be executed in the corporate name by the president or a vice- president (or other corporate officer accompanied by evidence of authority to sign). Bids by sole proprietorships must be executed by the owner. Bids by partnerships must be executed in the partnership name and signed by a partner (accompanied by evidence of authority to sign). Evidence shall be provided in the form of a notarized affidavit executed by the president of the corporation, the owner, sole proprietor or partners of the company. The notarized affidavit shall be furnished and attached to the bid proposal by the contractor at the time of bid opening, or provided by the contractor to the Code Compliance Division prior to bid opening to be kept as a permanent record. The contractor shall at the time of bid opening, identify any sub-contractors who will participate in the performance of any of the scheduled work described-,in the bid specifications or demolition contract. The contractor shall, either at the time of bid opening or within seven (7) calendar days after the bid opening, possess a valid Wrecking Business Registration as issued by the Department of Development, (817/871-8131), which shall be maintained during the entire length of the contract. Written notice shall be provided to the contractor to whom the Code Compliance Division will recommend award of contract. The Code Compliance Division will endeavor to provide such notice within seven (7) days of the date of notice, provide to the Code Compliance Division either a certificate evidencing that all insurance required by these s ec' ications is in e ect ora etter roman insurance agen s a g at all insurance premiums have been receive and that the require insurance w e in effect within seven (7) days. If the contractor fails to provide the certificate or letter, the Code Compliance Division will recommend rejection of the bid. Before award of contract, the contractor to whom the above notice has been given shall provide to the City the executed affidavit in Exhibit"B" ane cer es 5T-insurance evidencing that all insurance required b theses eC icahons is ixn ct. If such i avit and certificates have not been so provided.at the time the City ounc " considers award of contract, the City Council will be requested to reject the contractor's bid and that award be made to the contractor submitting the next lowest bid who has on file with the City all required insurance documentation. For the amounts of such insurance requirements,see the attached contract. The contractor shall furnish the affidavit and certificate of insurance issued to the City of Fort Worth as described herein, in the name of the individual doing business as a company, or the corporation, or the partnership in the same name as the bid submitted by the contractor. Demo specs.revised Bid specifications: EXHIBIT "A" SCOPE OF CONTRACTOR'S SERVICES 1. Contractor shall furnish all labor, tools, materials, permits and equipment necessary for performing the abatement of asbestos and the demolition and removal work. 2. Contractor should be registered with the City of Fort Worth. 3. Prior to commencement of work; • Contractor shall 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. • Obtain a wrecking permit to demolish all the specified buildings and structures at the site. • Confirm demolition site by contacting Code Compliance Division Supervisor Raul Rodriguez at 871-6347, a representative must be present before any work is started. • The Contractor shall send Written Notification of proposed asbestos abatement activities, 'as required by the State of Texas, .Civil Statutes, Article 4477-3a, Paragraph 289.147, to the Texas Department of Health, Occupational Safety and Health Division. Such Written Notification shall be accomplished not less than ten (10) working days prior to the commencement of asbestos abatement activities and demolition work. Contractor shall provide copies of the Written Notification to the City for record. • The Contractor is responsible for any fees or assessments associated with the Written Notification of the State of Texas. For general information regarding asbestos requirements, contact the State Department of Health in Austin, Texas, (512) 834-6600. 4. Once commenced, work inclusive of salvage time at the site must be, completed within no more than fifteen(15) calendar days. 5. Upon completion of the work, the Contractor will obtain a final inspection on the wrecking permit, from the Building Inspection Division in the Department of Development. Bid specs/EX.A 5. Contractor agrees to remove from the lot, as well as from the alley and right of way: • All concrete foundations, porches, steps, demolition debris, junk trash, debris and salvageable materials; • All furniture, household furnishings, business furnishings, building materials, tires, abandoned or junked vehicles or vehicle parts; • Any dead trees and shrubs and to remove all high weeds and grass • All badly damaged or dilapidated fences, retaining walls or decorative barriers; • All debris, trash, rubbish and junk from the demolition site to a state licensed disposal site or to a properly permitted landfill site,and; • All dirt and debris from the sidewalk and street that accumulated during the asbestos abatement and demolition and debris removal. 6. Contractor agrees to protect and leave in good condition all living large trees, shrubs and fences that are in good condition. 7. Contractor shall have no more than eight ( 8 ) hours, in one twenty four hour period, for salvage. All salvageable material from the building or structures will become the property of the contractor and shall be removed from the site. 8. Contractor agrees to grade the entire lot and to fill all holes and low areas on the lot with clean fill to prevent the pooling of water. 9. Protect the work site as necessary with barriers, lights, safeguards or warnings. 10. Payment will be made by City within forty (45) five calendar days from the date of acceptance of the asbestos abatement, demolition and debris removal, as approved by the Director of City Services, Director of Development, and the Director of the Department of Environmental Management or their designees. 11. Insurance requirements: See attached contract, Sec. 7 12. Licenses required: See attached contract, Sec. 5 13. Asbestos requirement: See Attached Level II Survey and Specifications "C" Bid specs.EX.A commercial SOLICITATION FOR DEMOLITION AND ASBESTOS ABATEMENT: UNIT 5 1208 SOUTHEAST LOOP 820, aka HIGHLAND VILLAGE APARTMENTS, further identified AS, Lot 1A, Block 1 HIGHLAND HILLS ADDITION, to the CITY OF FORT WORTH TEXAS, for a one story 885 square foot masonry building and ten (10) two story 35,458 square foot masonry multi family buildings. Table of Contents Asbestos Abatement Highland Village Apartments 1208 Southeast Loop 820 Fort Worth, Texas PART 1 - GENERAL SECTION, ASBESTOS REMOVAL SPECIFICATIONS ................. Page 1 1.1 SUMMARY OF THE WORK ......................................................... Page 1 1.1.1. CONTRACT DOCUMENTS AND RELATED REQUIREMENTS: ............................... Page 1 1.1.2. EXTENT OF WORK: ......................................... ............................. Page 1 1.1.3. TASKS: ....................................................................................... Page 2 1.1.3.1 Removal of Black Mastic Sealant on Insulated Piping .......................................... Page 2 1.1.4. CONTRACTORS USE OF PREMISES: ........................................................ Page 3 1.2. DIFFERING SITE CONDITIONS: .................................................... Page 3 1.3. STOP ASBESTOS REMOVAL: ...................................................... Page 4 1.4. DEFINITIONS: .................................................................... Page 4 1.4.1. General: ....................................................................................... Page 4 1.4.2. Definitions: .................................................................................... Page 4 1.4.3. Referenced standards organizations: .......................................................... Page 9 1.5. CODES AND REGULATIONS: ............................................. ...... Page 10 1.5.1. GENERAL APPLICABILITY OF CODES,REGULATIONS AND STANDARDS: ........I...... Page 10 1.5.2. CONTRACTOR RESPONSIBILITY: ........................................................... Page 10 1.5.3. FEDERAL REQUIREMENTS: ................................................................. Page 11 1.5.4. STATE REQUIREMENTS: .................................................................... Page 12 1.5.5. LOCAL REQUIREMENTS: .................................................................... Page 12 1.5.6. STANDARDS: ................................................................................ Page 12 1.5.7. EPA GUIDANCE DOCUMENTS: .............................................................. Page 13 1.5.8. NOTICES: .................................................................................... Page 13 1.5.9. PERMITS: .................................................................................... Page 14 1.5.10. LICENSES: ................................................................................. Page 14 1.5.11. POSTING AND FILING OF REGULATIONS: ................................................. Page 14 1.6. PROJECT COORDINATION: ....................................................... Page 14 1.6.1. PERSONNEL: ................................................................................ Page 14 1.6.2. CONTINGENCY PLANS AND ARRANGEMENTS: ............................................ Page 15 1.6.3. SECURITY: ................................................................................. Page 15 1.7. RESPIRATORY PROTECTION: ................................................... Page 15 1.7.1. GENERAL: .................................................................................. Page 15 1.7.2. RESPIRATORY PROTECTION PROGRAM(RPP): .......................................... Page 15 1.7.3. WRITTEN RPP PROCEDURE FOR SELECTION AND USE OF RESPIRATORS: ............ Page 16 1.7.4. RESPIRATORS FOR ABATEMENT OPERATIONS: .......................................... Page 16 1.7.5. SPECIAL CONSIDERATIONS FOR RESPIRATOR WEARERS: ............................. Page 17 1.7.6. RESPIRATOR FIT TEST: ................................................................. . Page 17 1.8. WORKER PROTECTION: .......................................................... Page 18 Table of Contents 1.8.1. TRAINING PRIOR TO ENGAGING IN ABATEMENT WORK: ................................ Page 18 1.8.2, MEDICAL EXAMINATIONS: ....:............................................................ Page 18 1.8.3. PROTECTIVE CLOTHING: .................................................................. Page 18 1.8.4. ENTERING AND EXITING PROCEDURES: ................................................. Page 18 1.8.5. DECONTAMINATION PROCEDURES: ...................................................... Page 18 1.8.6. LIMITATIONS WITHIN WORK AREA: ....................................................... Page 20 1.9. DECONTAMINATION FACILITIES: ................................................ Page 20 1.9.1. DESCRIPTION: ....................................................... ..................... Page 20 1.9.2. GENERAL REQUIREMENTS: ................................:.............................. Page 20 1.9.3. TEMPORARY UTILITIES TO PDF AND EDF: ................................................ Page 20 1.9.4. PERSONNEL DECONTAMINATION FACILITIES(PDF): ..................................... Page 21 1.9.5. EQUIPMENT DECONTAMINATION FACILITIES(EDF): ..................................... Page 22 1.9.6. EDF-DECONTAMINATION PROCEDURES: ................................................. Page 23 1.10. NEGATIVE PRESSURE FILTRATION SYSTEMS: .................................. Page 23 1.10.1. SUBMITTALS: ................................................................ Page 23 1.10.2. NEGATIVE AIR MACHINES (NEPA UNITS): ................................................ Page 24 1.10.3. PRESSURE DIFFERENTIAL: .............................................................. Page 24 1.10.4. MONITORING: ............................................................................. Page 24 1.10.5. AUXILIARY GENERATOR: .......................................................I.......... Page 24 1.10.6. SUPPLEMENTAL MAKEUP AIR INLETS: .................................................. Page 24 1.10.7. TESTING THE SYSTEM: ................................................................... Page 24 1.10.8. DEMONSTRATION OF NEGATIVE AIR SYSTEM OPERATION: ........................... Page 24 1.10.9. USE OF SYSTEM DURING ABATEMENT OPERATIONS: .................................. Page 25 1.10.10. DISMANTLING THE SYSTEM: ............................................................ Page 25 1.11. CONTAINMENT BARRIERS AND COVERINGS OF WORK AREA: .................. Page 25 1.11.1. GENERAL: ................................................................................. Page 25 1.11.2. PREPARATION PRIOR TO SEALING OFF: ................................................ Page 25 1.11.3. CONTROL ACCESS TO WORK AREA: .................................................... Page 26 1.11.4. CRITICAL BARRIERS: ..................................................................... Page 26 1.11.5. PRIMARY BARRIERS: ...................................................................... Page 26 1.11.6. EXTENSION OF WORK AREA: ............................................................ Page 26 1.11.7. SECONDARY BARRIERS: .................................................................. Page 26 1.12. MONITORING, INSPECTION AND TESTING: ..................................... Page 27 1.12.1. GENERAL: ................................................................................. Page 27 1.12.2. OUTLINE SCOPE OF SERVICES OF THE OWNER'S CONSULTANT: ...................... Page 27 1.12.3. MONITORING, INSPECTION AND TESTING BY ABATEMENT CONTRACTOR: ........... Page 28 1.12.4. Analysis .............................................................. ..................... Page 29 1.13. STANDARD OPERATING PROCEDURES(SOP): .................................. Page 29 1.14. SUBMITTALS: .................................................................. Page 29 1.14.1. PRE-CONSTRUCTION SUBMITTALS: ..................................................... Page 29 1.14.3. SUBMITTALS AT COMPLETION OF ABATEMENT: ...................................:..... Page 30 PART 2- PRODUCTS AND MATERIAL ................................................. Page 31 Table of Contents 2.1 MATERIALS AND EQUIPMENT: ................................................... Page 31 2.1.1. PREPARATION: ....................................................... ..................... Page 31 2.1.2. PACKAGING OF MATERIALS AND EQUIPMENT: .......................................... Page 31 2.2 ENCAPSULANTS .................................................................. Page 31 2.2.17YPES OF ENCAPSULANTS ................................................................... Page 31 2.2.2 PERFORMANCE REQUIREMENTS ............................................................ Page 32 2.2.3CERTIFICATES OF COMPLIANCE ............................................................. Page 32 PART 3-EXECUTION ................................................................. Page 33 3.1. PREABATEMENT ACTIVITIES: .................................................... Page 33 3.1.1. PREABATEMENT MEETING: ............................................................... Page 33 3.1.2. PREABATEMENT INSPECTION AND PREPARATIONS: ..................................... Page 33 3.1.3. PREABATEMENT CONSTRUCTION AND OPERATIONS: ................................... Page 34 3.2. REMOVAL OF ACM AND ACE: ................................................... Page 34 3.2.1. WETTING MATERIALS: ................................................................ ... Page 34 3.2.2 SITE PREPARATION: .................................................................... ..... Page 34 3.2.3 PERSONAL PROTECTION: .............................................. ..................... Page 35 3.2.4. SPRAY ADHESIVE ENCAPSULATION OF PIPE MASTIC: ................................... Page 35 3.2.5. GLOVEBAG REMOVAL OF ACM: ............................................................ Page 36 3.3. ENCLOSURE OFACM: ........................................................... Page 39 3.4. REPAIR OF ACM INSULATION AND LAGGING: ..................................... Page 39 3.5. "LOCK-BACK"ENCAPSULATION: ................................................ Page 39 3.5.1. GENERAL: .................................................................................. Page 39 3.5.2. DELIVERY AND STORAGE: .................................................. ........... Page 39 3.5.3. WORKER PROTECTION: ................................................................... Page 39 3.5.4. PIPING: ......................... ........................................................... Page 39 3.6. DISPOSAL OF ACM AND ACE WASTE MATERIAL: ................................ Page 40 3.6.1. GENERAL: .................................................................................. Page 40 3.6.2. PROCEDURES: .............................................................................. Page 40 3.7. PROJECT DECONTAMINATION: .................................................. Page 40 3.7.1. GENERAL: ............................................................. ..................... Page 40 3.7.2. WORK AREA CLEARANCE: ................................................................. Page 40 3.7.3. WORK DESCRIPTION: ....................................................................... Page 41 3.7.4 PRE-DECONTAMINATION CONDITIONS: .................................................... Page 41 3.7.5. FIRST CLEANING: .......................................................................... Page 41 3.7.6. SECOND CLEANING: ........................................................................ Page.41 3.7.7. PRE-CLEARANCE INSPECTION AND TESTING: ........................................... Page'41 3.7.8. LOCK-BACK ENCAPSULATION: ............................................................ Page 41 3.8. FINAL AIR CLEARANCE TESTING ............................................ ... . Page 42 3.8.1. GENERAL: .................................................................................. Page 42 3.8.2. FINAL TESTING: ............................................................................. Page 42 3.8.3. FINAL TESTING PROCEDURES: ............................................................ Page 42 Table of Contents 3.8.4. SCHEDULE OF AIR SAMPLES WITH PCM: ................................................. Page 42 3.8.5. TEM SAMPLING: ................:............................................................ Page 43 3.8.6. LABORATORY TESTING FOR PCM: ........................................................ Page 43 3.8.7. LABORATORY TESTING FOR TEM: ........................................................ Page 43 3.8.8. FINAL AIR TESTING REQUIREMENTS: ..................................................... Page:44 3.9. ABATEMENT CLOSEOUT AND CERTIFICATE OF COMPLIANCE: .................. Page 44 3.9.1. COMPLETION OF ABATEMENT WORK: .................................................... Page 44 3.9.2. CERTIFICATE OF COMPLETION BY CONTRACTORS: ..................................... Page 45 APPENDIX A:ATTACHMENTS APPENDIX B: DRAWINGS PART 1 - GENERAL SECTION, ASBESTOS REMOVAL SPECIFICATIONS 1.1 SUMMARY OF THE WORK 9.9.9. 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 requirements 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 references, the stringent provisions apply. 9.9.2. EXTENT OF WORK: A brief summary of the extent of the work and non-binding to the contract documents is as follows: BASE BID: Removal and disposal of regulated asbestos containing materials (RACM), Category II nonfriable ACM and asbestos contaminated elements (ACE) within full. containment, modified-containment and glove-bag containment. The following material quantities of ACM will be removed at the Highland Village Apartments located at 1208 Southeast Loop 820 in Fort Worth, Texas. Spray-on Acoustic Ceiling Material and Wall Surface Texturing: ACM was detected in spray-on acoustic ceiling material located primarily in the living rooms, bedrooms and dining rooms throughout the apartment units. There are ten (10) two-story apartment buildings and approximately 41,660 square feet of spray-on acoustic ceiling texture at the apartment facility. In addition, ACM was detected in wall surface texturing located on the interior walls throughout the apartment complex. There is approximately 167,944 square feet of the wall surface texturing throughout the apartment complex. A majority of the ACM was observed to be in good condition. However, several apartments have signs of fire and water damage. Both the spray-on acoustic ceiling material and the wall surface texturing contain 2% chrysotile asbestos. Black Mastic Pipe Sealant The project requires the removal of asbestos-containing black mastic sealant on fiberglass insulated 1.5 inch outside diameter chilled water piping in the pipe chases of the apartment units. There is estimated to be approximately 5,350 linear feet of chilled water pipe with black mastic sealant in the pipe chases at the apartment facility. The black mastic sealant contains 10% chrysotile asbestos. Transite Panels: ACM was detected in corrugated transite side panels located on the cooling tower serving the apartment facility. There are two (2) transite side panels which comprise approximately 195 square feet. The transite panels contains 30% chrysotile asbestos. ASBESTOS REMOVAL - 1208 Southeast Loop 820 The Contractor will be responsible for the removal and disposal of any asbestos containing or contaminated materials in accordanc&with 29 CFR 1926.1101 and the Texas Department of Health Asbestos Regulations. 9.9.3. TASKS: The Work in the buildings at 1208 Southeast Loop 820 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 outlined on the following page. Asbestos Removal: The Contractor will use wet methods for all removal operations. The Contractor is responsible for prompt clean-up and disposal of waste and debris contaminated with asbestos in leak tight containers. 9.9.3.9 Removal of Black Mastic Sealant on Insulated Piping The Contractor will use glovebag procedures or a spray adhesive and polyethylene sheet encapsulation method to remove intact sections of the pipe insulation and asbestos-containing black mastic sealant. Prior to encapsulation of the ACM, a 6 mil polyethylene drop cloth will be anchored beneath the removal area and cover an area sufficient to contain tools equipment and disposal bags of ACM waste and debris. Establish critical barriers over return and supply air vents and negative pressure filtration within the work area. Details of the spray adhesive encapsulation procedure are specified in Section 3.2.4. A three-stage wet decontamination unit will be required in areas containing 260 linear feet or greater. A two-stage dry decontamination unit wiil be used in areas removed by glovebag or where ACM is determined to be less than 260 linear feet in quantity. The Contractor will conduct a wet decontamination of equipment and tools before final clearance sampling in the work area. In areas containing isolated groups of pipe fittings or where the use of the spray adhesive encapsulation method is not practical, glovebag removal or a modified containment with negative pressure HEPA filtration may be used. The Contractor shall maintain negative pressure, adequately wetting the material within the glovebag or modified containment for the removal of white pipe insulation mastic in the building. The glovebag removal method is described in Section 3.2.5. Interior Wall and Ceiling Removal In order to access pipe chase areas in the apartments the Contractor will be required to demolish or remove interior walls and ceiling in the building. The Contractor will be required to provide the necessary equipment to cut and remove clean, uniform sections of the interior walls or ceiliong generating minimal dust and debris in order to access the ACM in pipe riser chases or wall chases for ACM removal. The transite panels on the chilled water tower will be kept wet and removed as whole components to the best extent possible. The transite panels will be double wrapped in 6 mil polyethylene or placed in appropriate disposal bags, labeled and sealed tightly. The spray-on ceiling and wall texturing material will be removed within full containment with negative air HEPA filtration ACM debris should be adequately wetted prior to establishing Asbestos Abatement Page 2 ASBESTOS REMOVAL - 1208 Southeast Loop 820 perimeter critical barriers. A three-stage, wet decontamination unit will be erected for worker entrance and exit into the work area. The Contractor must establish negative air into the containment and maintain a pressure differential of -0.02 inches of water. See Appendix B Drawings for the material location. The following requirements must be followed in areas where negative air and enclosure cannot be established: • A negative pressure enclosure NPE must be used where the configuration of the work area does not make erection of an enclosure feasible. • The negative pressure enclosure may be of any configuration. • At least 4 air changes per hour is to be maintained in the NPE. • A minimum of-0.02 column inches of water pressure differential, relative to outside pressure, is to be maintained within the NPE as evidenced by manometric measurements. • The NPE must be kept under negative pressure throughout the period of its use, and • Air movement must be directed away from employees performing asbestos work within the enclosure, and toward a HEPA filtration system. • A competent person must supervise all work and be licensed in Texas, as an asbestos supervisor. After the ACM has been removed and the visual inspection completed, final air clearance will be conducted with analysis by (PCM). Respiratory protection will require powered air purifying respirators (PAPR) during initial spray-on and wall surface texturing until air.,monitoring can demonstrate fiber concentrations are below the PEL and STEL. If fiber concentrations are demonstrated below the PEL and STEL during thermal system insulation removal, half-face dual cartridge respirators may be used. The CONTRACTOR is responsible to verify site conditions and estimated quantities of ACM to be removed. 1.1.4. CONTRACTORS USE OF PREMISES: Cooperate fully with the Owner's representative to minimize conflicts and to facilitate Owner's safe and smooth usage of buildings. Perform the work in accordance with specifications, drawings, and phasing plan. Use existing facilities in the vacant buildings strictly within the limits shown in contract documents and the approved preabatement plan of action. Asbestos Abatement drawings show the representative floor plans for theHighland Village apartments. 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 are limited by the physical constraints imposed by occupancy of the building. Accordingly, minor variations (+ 10%) in quantities of ACM within the limits of containment for each abatement stage are considered as having no impact on contract price and time of this contract. Locations of ACM different than indicated on drawings but within the limits of containment are considered as having no impact on contraet price and time of this contract. Where additional asbestos abatement work is required beyond the above Asbestos Abatement Page 3 ASBESTOS REMOVAL - 1208 Southeast Loop 820 variations, the contract price and time will be adjusted under provisions of applicable clause in the contract. 1.3. STOP ASBESTOS REMOVAL: If the Owner's representative presents a written stop asbestos removal order, immediately stop all asbestos removal and initiate fiber reduction activities. Do not resume asbestos removal until authorized in writing by Owner's representative. A stop asbestos removal order will be issued at any time the Owner determines abatement conditions are not within specifications requirements. Stoppage will continue until conditions have been corrected. 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 activities: 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 below 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 (0.5 f/cc or greater when wet methods are employed). 1.4. DEFINITIONS: 1.4.9. General: Definitions and explanations here are neither complete nor exclusive of all terms used in the contract documents, but are general for the work to the extent they are not stated more explicitly in another element of the contract documents. Drawings must be recognized as diagrammatic in nature and not completely descriptive of the requirements indicated thereon. 1.4.2. Definitions: Abatement: A general term used to refer to the various processes used to control asbestos materials in buildings. Three alternative methods for ACM and/or ACE abatement are removal, encapsulation and enclosure. Aerosol: Solid or liquid, particles, suspended in air. Aggressive Sampling: EPA defined clearance sampling method using air moving equipment such as fans and leaf blowers to stir the air. Air Cell: Type of pipe or duct insulation comprised of corrugated cardboard which frequently contains asbestos combined with cellulose or refractory binders. Air Monitoring: The process of collecting and analyzing air samples to determine the number of fibers present per cubic centimeter of air. This overall monitoring procedure is also called Air Testing, or Testing. Amended Water: Water to which a surfactant has been added. Asbestos Abatement Page 4 ASBESTOS REMOVAL - 1208 Southeast Loop 820 Asbestos: The general name for a group of fibrous mineral forms including but not limited to chrysotile, amosite, crocidolite, anthophyllite, actinolite and tremolite. Asbestos Waste Decontamination Facility: Airlock system consisting of drum/bag washing facilities and temporary storage area for cleaned containers. Used as exit for waste and equipment leaving the abatement area. May be used in an emergency to evacuate personnel. Asbestos-Containing Material (ACM): Any material containing more than 1% (one percent) by weight of asbestos of any type or mixture. Asbestos Contaminated Elements (ACE): Building elements such as ceilings, walls, lights and ductwork that are contaminated by asbestos. Asbestos-Containing Waste Material: Materials removed from an abatement area which is or is suspected of being contaminated with an asbestos-containing material. Authorized Visitor: Any person approved by the Owner's, the contractor or any government agency which has proven jurisdiction over asbestos-related work. Barrier: Any surface that seals the work area to inhibit the movement of fibers. Breathing Zone: A hemisphere forward of the shoulders with a radius of approximately 6 to 9 inches. Bridging Encapsulant: An encapsulant that forms a discrete layer on the surface of an asbestos matrix. Bulk Test: The collection and analysis of samples of suspected asbestos materials. A small amount, or bulk, of the material is physically removed from the structure and placed in a rigid airtight container for transportation to an accredited lab for analysis. Changing Area: Normally the first chamber of the personnel decontamination facilities, i.e., the "clean room". Clearance Sample: An area sample taken to ascertain airborne fiber levels after removal clean-up and final inspection have been completed. Performed by the Owner's I.H. consultant. Demolition: The removal of any building component, system, finish or assembly of a facility. Disposal Bag: Six mil thick, air-liquid leak proof plastic bags used for transporting asbestos waste from abatement areas to disposal site. Each is labeled in accordance with OSHA regulations. Drum: A rigid, impermeable container made of cardboard, metal or plastic which can be sealed in an air and watertight manner. Encapsulant: A material that surrounds or embeds asbestos fibers in an adhesive matrix and prevents release of fibers. Asbestos Abatement Page 5 ASBESTOS REMOVAL - 1208 Southeast Loop 820 Encapsulation: Treatment of ACM with an encapsulant. Enclosure: The construction of an air-tight, impermeable, permanent barrier around ACM to control the release of asbestos fibers into the air. Entrance Port: A name sometimes used for the main entrance airlock in an OSHA defined negative air containment area. EDF: Equipment Decontamination Facility. f/cc: Abbreviation for fibers per cubic centimeter of air and standard measurement units used to measure the level of asbestos contamination in the air. Filter: A media component used in respirators or other equipment to remove solid or liquid particles from the air. Friable Asbestos Containing Material (F-ACM): Material that contains more than 1.0% asbestos by weight, which can be crumbled, pulverized, or reduced to powder by hand pressure when dry. Glove Bag: A sack (typically constructed of 6 mil transparent polyethylene or polyvinylchloride plastic) with two inward projecting longsleeve gloves, which are designed to enclose an object from which an ACM is to be removed. High-Efficiency Particulate Absolute (NEPA) Filter: A filter whish removes from the air 99.97% or more of monodisperse dioctyl phthalate (DOP) particles having a mean diameter of 0.3 micrometer. HEPA Filter Vacuum Cleaner: High efficiency particulate (absolute) vacuum collection equipment with a HEPA filter system capable of collecting and retaining asbestos fibers. Industrial Hygienist (I.H.): is a person with a college degree in engineering, chemistry, physics, medicine or related physical and biological science and a competence in Industrial Hygiene acquired through special studies and training. Meets all definition requirements of the American Industrial Hygiene Association (AIHA). I. H. Technician: is a person working under the supervision of the I.H. with special training, experience, certifications and licenses required for the industrial hygiene work assigned to perform. Requires a minimum experience as I. H. technician on three projects of similar size and complexity to this project. Lock-Back: Encapsulation of all surfaces involves in abatement at the conclusion of ACM removal and before removal of primary barriers. MCEF: Cellulose ester filter. Negative Pressure: Air pressure lower than surrounding areas, created by exhausting air from a sealed space (work area). Negative Pressure Respirator: A respirator in which the air pressure. jnside the respiratory-inlet covering is positive during exhalation in relation to the air pressure of the Asbestos Abatement Page 6 ASBESTOS REMOVAL - 1208 Southeast Loop 820 outside atmosphere and negative during inhalation in relation to the air pressure of the outside atmosphere. Negative Pressure System: A local exhaust system, utilizing HEPA filtration capable of maintaining a negative pressure inside the work area and a constant air flow from adjacent areas into the work area and exhausting that air outdoors. NESHAP: National Emission Standards for Hazardous Air Pollutants. Non-Friable Asbestos-Containing Material (NF-ACM): Material that contains more than 1% . (one percent) asbestos by weight but cannot be crumbled, pulverized, or reduced to powder by hand pressure when dry. Non-friable asbestos materials can release asbestos fibers when power tools such as grinders, drills, sanders, etc. are used on them. OV: Organic vapor. PAPR: Powered Air-Purifying Respirator. PCM: Abbreviation for phase contrast microscopy. Phase contrast microscopy utilizes a light microscope for the purpose of counting fibers. Reference NIOSH 7400 Method. PDF: Personnel Decontamination Facilities. Penetrating Encapsulant: Encapsulant that is absorbed by the asbestos matrix without leaving a discrete surface layer. Personal Air Sampling: Air sample collected with a special battery-powered portable pump unit which is fitted on the body of the monitored person. The collection device (filter cassette) is located within the individual's breathing zone. Personal Monitoring: Sampling of the asbestos fiber concentrations within the breathing zone of a person. Plastic Sheeting: Barrier material not as strong as polyethylene. PLM: Abbreviation for polarized light microscopy with dispersion staining utilizing light microscopy and refractive indices to identify type of asbestos present. Polyethylene Sheeting: Strong plastic barrier material usually transparent. Positive/Negative Pressure Fit Test: A negative-pressure respirator fit check, performed by placing the palm of one hand over the exhalation valve and exhaling (positive pressure) and feeling for exhalation valve and exhaling (positive pressure) and feeling for facepiece-to-face fit leakage or, covering the filters cartridges with the palms of the hand and inhaling (negative pressure) while feeling for facepiece-to-face fit leakage. Pressure Differential System: System which restricts airflow from adjacent areas into work area and continuously refilters air from the HEPA filtration machine. Minimal exhaust ventilation is utilized by maintaining a pressure differential of 0.02" of H2O. Asbestos Abatement Page 7 ASBESTOS REMOVAL - 1208 Southeast Loop 820 Protection Factor: The ratio of the ambient concentration of an airborne substance to the concentration of the substance inside the respirator at the breathing zone of the wearer. The protection factor is a measure of the degree of protection provided by a respirator. QNFT: Quantitative fit test. Removal: Means removal of ACM and ACE. Accomplished with tools such as scrapers, chisels and nylon brushes. Removal Encapsulant: A penetrating encapsulant specifically designed for removal of ACM rather than encapsulation. Respirator: A device designed to protect the wearer from the inhalation of harmful atmospheres. RPP: Respiratory Protection Program. SAR: Supplied Air Respirator. SCBA: Self-contained breathing apparatus. Sealant: Another name for encapsulating material. This term also refers to the paint which is used to cover browncoat ceilings after asbestos surfaces have been removed. Sealed Work Area: Refers to the work area after containment barriers and decontamination facilities have been erected and a negative pressure air system installed. Showers: Shower stalls installed in the Personnel Decontamination Facilities and used as part of the decontamination process required for every person leaving the sealed work areas. Also used in the Equipment Decontamination Facilities to wash disposal bags. S.O.P.: Standard Operating Procedures required to be submitted by contractor. Station Sample or Area Sample: Refers to air samples collected at a specific spot, or station, with high-volume air pumps. Surfactant: A chemical wetting agent added to water to improve penetration, thus reducing the quantity of water required for a given operation or area. TEM: Abbreviation for transmission electron microscopy. TEM is used for the purpose of fiber counting and has the analytical capacity of identifying asbestos fibers. Owner's Representative: Owner's official responsible for on-going project work. VAT: Vinyl-asbestos floor tile. Visible Emissions: Any emission containing particulate asbestos material that are visually detectable without the aid of instruments. This does not include condensed uncomgined water vapor. Asbestos Abatement Page 8 ASBESTOS REMOVAL - 1208 Southeast Loop 820 Wet Cleaning: The process of thoroughly eliminating asbestos contamination from building surfaces and objects by using cloths, mops, or other cleaning utensils which have been dampened with amended water or diluted removal encapsulant. Wetting Agent: See Surfactant. Work Area: Area where asbestos related work or removal operations are performed which is defined and isolated to prevent the spread of asbestos dust, fibers or debris, and the entry of unauthorized personnel. Work area is a Regulated Area as defined by OSHA regulation 29 CFR 1926.1101. Also called containment area. Worker Decontamination Facility (WDF): Another name for the main entrance/exit airlock system consisting of clean/change room, shower facilities, and equipment (dirty room). Intended to be used exclusively for worker access to/from abatement area. 9.4.3. Referenced standards organizations: The following acronyms or abbreviations as referenced in contract documents are defined to mean the associated names. Both names and addresses are subject to change, and are believed to be, but are not assured to be, accurate and up-to-date as of date of contract documents: AIHA American Industrial Hygiene Assoc. 2700 Prosperity Avenue, Suite 250 Fairfax, Virginia 22031 ANSI American National Standards Institute 1430 Broadway; New York, NY 10018 212/354-3300 ASTM American Society for Testing and Materials 1916 Race St.; Philadelphia, PA 19103 215/299-5400 CFR Code of Federal Regulations Available from Government Printing Office; Washington, DC 20420 (Federal Register) CGA Compressed Gas Association 1235 Jefferson Davis Highway; Arlington, Owner's 22202 703/979-0900 EPA Environmental Protection Agency 401 M St., SW; Washington, DC 20460 202/382-3949 MSHA Mine Safety and Health Administration (Respiratory Protection Division) Ballston Tower#3 Department of Labor; Arlington, VA 22203 Asbestos Abatement Page 9 ASBESTOS REMOVAL - 1208 Southeast Loop 820 NBS National Bureau of Standards (U.S. Dept. of Commerce) Gaithersburg, MD 20234 301/921-1000 NEC National Electrical Code (by NFPA) NFPA National Fire Protection Association Batterymarch Park, Quincy, MA 02269 6171770-3000 NIOSH National Institute of Occupational Safety and Health -4676 Columbia Parkway Cincinnati, OH 45226 513/533-8236 OSHA Occupational Safety and Health Administration (U.S. Dept. of Labor) Government Printing Office; Washington, DC 20402 UL Underwriters Laboratories 333 Pfingsten Rd.; Northbrook, IL 60062 312/272-8800 1.5. CODES AND REGULATIONS: 1.5.1. 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. 1.5.2. CONTRACTOR RESPONSIBILITY: The Asbestos Abatement Contractor will assume full responsibility and liability for the compliance 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 occupying 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. 1.5.3. FEDERAL REQUIREMENTS: Asbestos Abatement Page 10 ASBESTOS REMOVAL - 1208 Southeast Loop 820 Federal requirements which govern asbestos abatement work or hauling and disposal of asbestos waste materials include but are not limited to the following: U.S. Department of Labor, Occupational Safety and Health Administration, (OSHA): 1. Occupational Exposure to Asbestos, Tremolite, Anthophyllite, and Actinolite; Final Rules Title 29, Part 1910, Section 1001 and Part 1926, Section 1101 of the Code of Federal Regulations Respiratory Protection Title 29, Part 1910, Section 134 of the Code of Federal Regulations Construction Industry Title 29, Part 1926, of the Code of Federal Regulations 2. Access to Employee Exposure and Medical Records Title 29, Part 1910, Section 20 of the Code of Federal Regulations 3. Hazard Communication Title 29, Part 1910, Section 1200 of the Code of Federal Regulations 4. Specifications for Accident Prevention Signs and Tags Title 29, Part 1910, Section 145 of the Code of Federal Regulations, 5. National Emissions Standards for Hazardous Air Pollutants (NESHAP), Section 112 of the Clean Air Act; and those asbestos standards contained, in Title 40 Code of Federal Regulations, Part 61, Subpart M. 6. Asbestos Hazard Emergency Response Act (AHERA), Public Law 99-519, and Title Il, Sec. 201, et.seq., of the Toxic Substances Control Act, 15 USC 2601. U.S. Environmental Protection Agency (EPA): 1. Asbestos Abatement Projects Rule 40 CFR Part 762 CPTS 62044, FRL 2843-9 Federal Register, Vol. 50 No. 134, July 12, 1985 P28530-28540 2. Regulation for Asbestos Title 40, Part 61, Sub-part A of the Code of Federal Regulations 3. National Emission Standard for Asbestos Title 40, Part 61, Sub-part M (Revised Sub-part B) of the Code of Federal Regulations 9.5.4. 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: Asbestos Abatement Page 11 ASBESTOS REMOVAL - 1208 Southeast Loop 820 Texas Department of Health, Asbestos Exposure Abatement in Public Buildings, 25 TAC, 289.157 as required by the State of Texas, Texas Civil Statutes, Article 4477-3a, Paragraph 289.147 (revised September, 1994). 1.5.5. LOCAL REQUIREMENTS: The Contractor is responsible to comply with all applicable local requirements regarding asbestos abatement activities. 1.5.6. STANDARDS: Standards which govern asbestos abatement work or hauling and disposal of asbestos waste materials include but are not limited to the following: American National Standards Institute (ANSI) 1430 Broadway New York, NY 10018 (212) 354-3300 1. Fundamentals Governing the Design and Operation of Local Exhaust Systems Publications Z9.2-79 2. Practices for Respiratory Protection Publication Z88.2 3. Underwriters Laboratories (UL) UL Standard for Safety High-Efficiency, Particulate Air Filters Units, Seventh Edition Standards which govern encapsulation work include but are not limited to the following: American Society for Testing and Materials (ASTM) 1916 Race Street Philadelphia, PA 19103 (215) 299-5400 Standards which govern the fire and safety in the asbestos containment areas: National Fire Protection Association (NFPA) 1. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations 2. NFPA 701 - Standard Methods of Fire Tests for Textiles and Film 3. NFPA 101 - Life Safety Codes 1.5.7. EPA GUIDANCE DOCUMENTS: EPA guidance documents which discuss asbestos abatement work or hauling and disposal of asbestos waste materials are listed below. These documents are made part of this"section by reference. Asbestos Abatement Page 12 ASBESTOS REMOVAL -1208 Southeast Loop 820 A. Guidance for Controlling Asbestos-Containing Materials in Buildings (Purple Book) EPA 560/5-85-024 - B. Asbestos Waste Management Guidance. EPA 530-SW-85-007. C. Asbestos in Buildings. Simplified Sampling Scheme for Friable Surfacing Materials. D. Commercial Laboratories with Polarized Light Microscopy Capabilities for bulk asbestos identification. E. A Guide to Respiratory Protection for the Asbestos Abatement Industry. EPA-560-OPTS-86-001. F. Reporting and Recordkeeping Requirements for Waste Disposal Field Guide. EPA 340/1-90-016. G. A Guide to the Asbestos NESHAP as Revised November 1990. EPA 340/1-90-01. H. (TS 799) 20T July 1990 Guide to Managing Asbestos in Place 9.5.8. NOTICES: STATE OF TEXAS, TEXAS DEPARTMENT OF HEALTH Send Written Notification as required by the State of Texas, Texas Civil Statutes, Article 4477-3a, Paragraph 289.147. Send at least 10 working days prior to asbestos abatement activities to the following address: Texas Department of Health Toxic Substances Control Division Asbestos Programs Branch 1100 West 49th Street Austin, Texas 78756 512-459-1611 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 Health and other notifications will be submitted 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 Health (Texas Civil Statutes, Article 4477-3a, Section 12) asbestos regulations. 1.5.9. PERMITS: The Contractor will be responsible for any permits. Asbestos Abatement Page 13 ASBESTOS REMOVAL - 1208 Southeast Loop 820 1.5.10. LICENSES: Maintain current licenses as required'by the Texas Department of Health Rules as adopted under Texas Civil Statutes, Article 4477-3a, Section 12 for the removal, transporting, disposal or other regulated activity relative to the work of this contract. 1.5.11, POSTING AND FILING OF REGULATIONS: Maintain two (2) copies of applicable federal, state and location regulations. Post one copy of each at the job site where workers will have ready, easy and daily exposure to the text. Keep on file in contractor's office one copy of each. 1.6. PROJECT COORDINATION: Minimum administrative and supervisory requirements necessary for coordination of work on the project are personnel, contingency arrangements and security. 1.6.1. PERSONNEL: Administrative and Supervisory Personnel: will consist of a qualified general superintendent, and appropriate number of qualified or competent foremen to complete abatement within contract time. Non-Supervisory Personnel: An adequate number of qualified personnel will be able to meet the schedule requirements of the project. Laborers employed for abatement throughout the project will meet the minimum qualifications criteria described in paragraph 3 below. Personnel employed in this abatement work will be preapproved by the Owner's representative. Submit a request for approval for any person intended to be employed in the project with name, social security, qualifications, "Certificate of Worker's Acknowledgment" (Attachment #2). Submit to the Owner's representative documentation indicating worker registration in accordance with Texas Department of Health rules and regulations. Minimum Qualifications: Abatement Construction Company and assigned Personnel for this project will meet the following minimum requirements: 1. The Abatement-Construction-Company: Has an establishFd asbestos abatement business for 3 years, has conducted within the last 3 years 5 asbestos abatement projects all of which are of comparable complexity and dollar value with this project; has not defaulted on any project within the last five years; has not been cited or has not been a defending party of any legal action for violation of asbestos regulations during the last five years; carries liability insurance for asbestos abatement work; is licensed in the State of Texas; has an adequate number of qualified personnel available for this project; has an established written standard operating procedure for training, medical surveillance, entry & exit, procedures, respiratory protection, safety, emergency and monitoring; has available equipment, materials and supplies in adequate quantity, capacity and number to perform the work of this project. 2. Superintendent and Foremen: The superintendent and Foremen must meet federal, state, and local requirements for training and licensing for asbestos abatement. Asbestos Abatement Page 14 ASBESTOS REMOVAL - 1208 Southeast Loop 820 3. Laborers: Have Specialized training in asbestos abatement which meets state and local requirements, and meet (as a-minimum) the training required by AHERA (see Sec 206 of the Toxic Substances Control Act). All laborers must have a valid license as required by the Texas Asbestos Health Protection Rules. 1.6.2. CONTINGENCY PLANS AND ARRANGEMENTS: Prepare a contingency plan for emergencies including fire, accident, failure of power, failure of negative air system, failure of supplied air system or any other event that may require modification of standard operating procedures during abatement. Include specific procedures to ensure safe exiting and to provide medical attention in the event of an emergency. Post the telephone numbers and locations of emergency services including fire, ambulance, doctor, hospital, police, power company and telephone company in the clean room of personnel decontamination facilities. Notify all these emergency services as to the danger of entering the containment area, and invite them to participate in an informal training program by the qualified I.H. on relevant aspects of asbestos abatement. Provide assistance on developing contingency plans for responding safely and efficiently to any emergency during abatement. Provide and clearly indicate the location of approved fire extinguishers for every 1,000 sq. ft. and train the asbestos crew on the use of the equipment. 9.6.3. SECURITY. Provide a security system at the entrance of a containment area with guard and`Iog book during work hours to ensure that every entry to the containment area will be logged in and that only properly trained and outfitted workers will be allowed to enter. Entrance will be allowed also to any authorized Owner's representatives and inspectors' from regulatory agencies if properly fitted with protective clothing and respirators. Working area will be secured during non-working hours and protected. 1.7. RESPIRATORY PROTECTION: 1.7.1. 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 Health Protection Rules. In case of conflict, the most stringent requirements are applicable for this project. 1.7.2. RESPIRATORY PROTECTION PROGRAM(RPP): Develop, implement and maintain a respiratory protection program consisting of the following elements: A. Written statement of company policy, including assignment of individual responsibility, accountability, and authority for required activities of the respiratory protection program. B. Written standard operating procedures governing the selection and use of respirators. Asbestos Abatement Page 15 ASBESTOS REMOVAL - 1208 Southeast Loop 820 C. Respiratory selection (from NIOSH/MSHA approved and certified models) on the basis of hazards to which the worker.is exposed. D. Medical examination of workers to determine whether or not they may be assigned an activity where respiratory protection is required. E. User training in the proper use and limitations of respirators (as well as a way to evaluate the skill and knowledge obtained by the worker through training). F. Respiratory fit testing. G. Regular cleaning and disinfecting of respirators. H. Routine inspection of respirators during cleaning, and at least once a month and after each use for those respirators designated for emergency use. I. Storage of respirators in convenient, clean, and sanitary locations. J. Surveillance of work area conditions and degree of employee exposure (e.g., through air monitoring). K. Regular inspection and evaluation of the continued effectiveness of the program. L. Recognition and resolution of special problems as they affect respirator use (e.g., facial hair, eye glasses, etc.) M. Proper respirator use (procedures for donning and doffing respirators when entering and exiting the abatement area). 9.7.3. WRITTEN RPP PROCEDURE FOR SELECTION AND USE OF RESPIRATORS: The RPP will include a written procedure for selection and use of respirators. Procedures will be written clearly and simply for the workers to understand and use. Provide a copy to the Owner's representative of this procedure as part of contractor's qualification sheet to be completed and submitted along with proposal. Maintain an extra copy at the job site for ready reference by any authorized employee or visitor. 9.7.4. 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: 1. 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. Headcoverings: 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 Asbestos Abatement Page 16 ASBESTOS REMOVAL - 1208 Southeast Loop 820 hoods. This allows removal of the headcovering prior to showering without disturbing the respirator (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 asbestos fibers in the work area are consistently below 0.1 f/cc, a full facepiece or half face respirator with HEPA cartridges may be used. The Certified Industrial Hygienist will determine if a lesser form of respiratory protection may be used. 9.7.5. SPECIAL CONSIDERATIONS FOR RESPIRATOR WEARERS: Determine whether an employee is capable of wearing and using a respirator. Submit a certificate for each employee on the abatement job, signed by the examining physician and stating employee is fit to perform all duties as assigned for asbestos abatement. 9.7.6. RESPIRATOR FITTEST. Perform a Qualitative fit test (QFT) in accordance with OSHA regulations 29 CFR 1926.1101, Appendix C, to determine satisfactory fit with any respirator which creates a negative pressure in the facepiece, such as negative-pressure air-purifying half face respirator. Submit QFT results for each abatement employee. In the event that a full-face respirator or a powered air purifying respirator (PAPR) is utilized during asbestos abatement activities a Quantitative fit test (QUFT) must be performed in accordance with the OSHA regulations. Routine donning of respirators with tight fitting facepiece requires negative and positive pressure test to ensure adequate sealing fit. This will be performed by the wearer prior to each entry into the work area. Negative pressure test: For negative pressure air-purifying respirators, close off the cartridge(s) or filter(s) by covering with the palms of the hands. The wearer will inhale gently and hold breath for at least 10 seconds. The facepiece will collapses slightly without inward leakage of air into the facepiece. Positive pressure test: For negative pressure air-purifying respirators, the exhalation valve is closed off and wearer exhales gently for at least 10 seconds. A slightly positive pressure will be built up inside the facepiece without any outward leakage of air from the facepiece. 1.8. WORKER PROTECTION: 9.8.9. 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 following topics: Methods of recognizing ACM; health effects of asbestos exposure; effects of smoking and asbestos exposure; activities that could result in hazardous exposures; protective controls, practices and procedures to minimize exposure including engineering controls, work practices, respirators, housekeeping procedures, hygiene facilities, protective clothing, decontamination procedures, emergency procedures and waste transportation and disposal; Asbestos Abatement Page 17 ASBESTOS REMOVAL - 1208 Southeast Loop 820 review OSHA 29 CFR 1910.134 for respirators; medical surveillance program; review OSHA 29 CFR 1926.110 1, and for air monitoring, personnel and area; review this section of the project specifications. 9.8.2. 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. 1.8.3. PROTECTIVE CLOTHING: Provide boots, hard hats, goggles and gloves for all workers. Equipment will meet OSHA requirements for personal protection. Provide all persons entering the work area with disposable full body coveralls, disposable head covers and rubber boots. 1.8.4. 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 changing 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. 1.8.5. DECONTAMINATION PROCEDURES: Require all workers to adhere to the following personal decontamination procedures whenever they leave the work area of a full decontamination unit: Require that all workers use the following decontamination procedure as a minimum requirement 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 mandatory. 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 Respirator (PAPR) hold blower unit above head to keep canisters dry. b. With respirator still in place thoroughly wash body, hair, respirator face piece, avid all parts of the respirator except the blower unit and battery pack on a PAPR. Pay particular attention to clean seal between face and respirator and under straps. Asbestos Abatement Page 18 ASBESTOS REMOVAL -1208 Southeast Loop 820 c. Take a deep breath, hold it and/or exhale slowly, completely wet hair, face, and respirator. 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 sequence 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 battery 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 disposable work items. Air Purifying-Negative Pressure Respirators: Require that all workers use the following decontamination procedure as a minimum requirement whenever leaving the work area with a full face cartridge type respirator: T. When exiting area, remove disposable coveralls, and all other clothes disposable headcovers, and disposable footwear covers or boots in the equipment room'. 2. Still wearing respirators and completely naked, proceed to showers. Showering is mandatory. 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. Asbestos Abatement Page 19 ASBESTOS REMOVAL - 1208 Southeast Loop 820 9.8.6. 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. 1.9. DECONTAMINATION FACILITIES: 9.9.9. DESCRIPTION: Provide each work area with separate personnel (PDF) and equipment decontamination facilities. Ensure that the PDF are 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 equipment decontamination facilities (EDF) or the PDF. 9.9.2. 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 exiting 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. 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. Weigh sheets at bottom so that they quickly close after release. Put arrows on sheets showing direction of overlap and travel. If building is partially occupied construct solid barrier on the public site to protect sheeting. 9.9.3. TEMPORARY UTILITIES TO PDF AND EDF: Provide temporary water service connection to the PDF and the EDF. Provide backflow protection at the point of connection to the Owner's system. Hot water may be secured from the building hot water system if authorized in writing by the Owner's representative and provided that backflow protection will be installed at the point of connection. Water supply must be properly pressure and temperature balanced at shower discharge. Provide adequate temporary electric power with ground fault protection and overhead wiring throughout the PDF and the EDF. Provide sub-panel for all temporary power in changing room. Provide adequate lighting to reach 50 foot candles throughout PDF and EDF. Provide temporary heat to maintain 70°F throughout PDF and EDF except that shower of PDF will be maintained at 75°F. 9.9.4. PERSONNEL DECONTAMINATION FACILITIES (PDF): Provide a PDF consisting of serial arrangement of change room, showers room and equipment room. Provide adequately sized PDF to accommodate the number of employees scheduled for the project. The center chamber of the three chamber PDF will be fitted with as many portable walk through shower stalls as necessary so that all employees will be able to go through the Asbestos Abatement Page 20 ASBESTOS REMOVAL - 1208 Southeast Loop 820 entire decontamination procedure within 15 minutes. Construct PDF of opaque or colored polyethylene for privacy. Construct PDF so that it will not allow for parallel routes of exit without showering. Changing Room of PDF: The changing room of the PDF must be physically and visually separated from the rest of the building for the purpose of worker changing into protective clothing or dressing into street clothing. Construct using 6 mil minimum thickness polyethylene sheeting to provide an airtight room. Provide a minimum of two, three feet wide flapped doorways constructed from sheet polyethylene. One doorway will be from the outside and one from the shower. Maintain floor of this room dry and clean at all times. Do not allow overflow from shower into this room. Damp wipe all surfaces twice after each shift change with a disinfectant solution. Provide in this room adequate supply of disposable bath towels and disposable protective clothing. Provide 1 storage locker per employee, benches for employees to sit on and all other components indicated on the drawings. Provide a portable Type "ABC" fire extinguisher in this room as per NFPA Standard 10. Require all persons to remove all street clothes in this room dress in disposable protective clothes, and respiratory protection equipment. Ensure that any person entering this room will do so either from the outside with street clothes or from the showers completely naked and thoroughly washed. If a female is required to enter or exit the work area make all necessary provisions to ensure her privacy throughout the decontamination process by posting guards at both entry points of the PDF so that no male will enter or exit during her stay in the PDF. Shower Room of PDF: The showers room of the PDF provides a completely water tight operational compartment to be used for transit of all persons entering the work area from the changing room, or for showering by all persons headed out of the work area after undressing in the equipment room. Construct each stall and shower walls so that water running down the walls will drip into the pan. Install a freely draining smooth wooden floor on top of shower pan. Separate this room from the rest of the building and the adjacent tool and changing rooms with air tight walls fabricated of a minimum 6 mil polyethylene. Provide splashproof entrances to changing and equipment rooms with two doors arranged as follows: 1. At each entrance to the shower room, construct a rigid door frame from head and sill. Attach to the frame two overlapping flaps of rubber roofing material, fastened at the. head and jambs. Overlap flaps at least 6" in a direction that presents a shingle-like configuration to the water stream from the shower. Overlap sill by 1-1/2" minimum. Arrange so that any air movement from the work area will cause the flaps to seal against the door frame. At one foot toward shower from each entrance to the shower room construct a second 2x4 door head. Attach to this head a one piece flap of rubber roofing material fastened at the top, overlapping onto each side of shower unit by 1-1/2" minimum and stopping 1" clear of floor. Provide shower heads and controls, temporary cold and hot water and drainage, soap dish and continuous supply of soap and maintain sanitary conditions. Arrange controls so that a single individual can shower without assistance. Provide flexible hoses shower head, hose bib and all other items shown on drawings. Pump waste water to drain. If pumped to drain, provide 20 micron and 5 micron waste water filters in line to drain. Change filters daily. Locate filters inside shower so that water lost during filter changes drains into shower pan. Hose down all surfaces of the showers room after each shift and clean debris from the shower pan. Dispose off residue as asbestos contaminated waste. Asbestos Abatement Page 21 ASBESTOS REMOVAL - 1208 Southeast Loop 820 Equipment Room of PDF: The equipment room of the PDF provides a completely airtight compartment to be used to store worlF equipment, reusable footwear and warm clothing and as a transit and change station. Separate this room from the work area by a minimum 3' wide flap door of 6 mil polyethylene sheeting. Separate this room from the shower room, the work area and other rooms with airtight walls and ceiling constructed of a minimum 6 mil polyethylene sheeting. If the airborne asbestos level in the work area is expected to be higher than .5 f/cc (i.e., dry removal operations), add an intermediate cleaning space between the rooms with double flaps of 6 mil polyethylene sheeting. Clean Room: Provide a clean room to isolate the Holding Room from the building exterior. Construct Clean Room of rigid framing and polyethylene sheeting, at least 6 mil in thickness and located to provide access to the Holding Room from the building exterior. Separate this room from the exterior by a single flap of 6 mil polyethylene sheeting. 1.9.5. EQUIPMENT DECONTAMINATION FACILITIES (EDF): Provide an EDF consisting of a serial arrangement of wash room, holding room and clean room for removal of equipment and material from work area. Do not allow entry or exit of people through EDF for other than emergencies. Clean debris and residue from inside EDF on a daily basis. Wipe down or hose down all surfaces after each shift and clean shower pan from debris. Wash Down Station: Provide an enclosed shower unit located in work area just.outside Wash Room as an equipment, bag and container cleaning station. Wash Room: Provide wash room for cleaning of bagged or containerized asbestos-containing waste materials passed from the work area. Construct wash room of rigid framing and polyethylene sheeting, at least 6 mil in thickness. Locate room so that packaged materials, after being wiped clean can be passed to the Holding Room. Separate this room from the work area by a single flap of 6 mil polyethylene sheeting. Holding Room: Provide Holding Room as a drop location for bagged asbestos-containing materials passed from the Wash Room. Construct Holding Room of rigid framing and polyethylene sheeting, at least 6 mil in thickness and located so that bagged materials cannot be passed from the Wash Room through the Holding Room to the Cl;'Ian Room. Separate this room from the adjacent rooms by double flaps fabricated from +/- 1/16" thick single ply rubber roofing material either EPDM (ethylene-propylene diene monomer) or Neoprene. Clean Room: Provide a clean room to isolate the Holding Room from the building exterior. Construct Clean Room of rigid framing and polyethylene sheeting, at least 6 mil in thickness and located to provide access to the Holding Room from the building exterior. Separate this room from the exterior by a single flap of 6 mil polyethylene sheeting. 1.9.6. EDF-DECONTAMINATION PROCEDURES: At washdown station, thoroughly wet-clean contaminated equipment and/or sealed polyethylene bags and pass into wash room. When passing equipment and/or containers into the wash room, close all doorways of the EDF, other than the doorway between the washdown station and the wash room. Keep all outside personnel clear of the EDF. Once inside the washroom, wet-clean the bags and/or equipment. When cleaning is complete pass items into Holding Asbestos Abatement Page 22 ASBESTOS REMOVAL - 1208 Southeast Loop 820 Room. Close all doorways except the doorway between the holding room and the clean room. Workers from the building exterior will-enter Holding Room area and remove decontaminated equipment and/or containers for disposal. Require these workers to wear full protective clothing and appropriate respiratory protection. At no time is a worker from an uncontaminated area allowed to enter the enclosure when a removal worker is inside. 1.10. NEGATIVE PRESSURE FILTRATION SYSTEMS: The Asbestos Contractor will provide enough HEPA filtered negative air units to completely exchange the work air 4 times/hour. Contractor will demonstrate the number 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 nonwork 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 4 room air changes per hour. 1.10.1. SUBMITTALS: Before start of work submit design of negative air system if different than the one shown on drawings. Submittal will include number, location and size of HEPA units, points of exhaust, projected air flow within work area, anticipated pressure differential and supporting calculations for sizing. In all cases, submit the following: A. Manufacturer's product data on the HEPA units. B. Methods of supplying adequate power to the units and designation of panels supplying power. C. Description of testing methods for correct airflow and pressure differential and manufacturer's product data on pressure differential monitor. D. If auxiliary power supply is to be provided for the HEPA units, provide schematic diagram of auxiliary power supply and manufacturer's data on generator and switch. 9.90.2. NEGATIVE AIR MACHINES (NEPA UNITS): (See Appendix J, EPA 560/5-85-024, Guidance for Controlling Asbestos-Containing Materials in Buildings). The requirements listed above will be utilized for this project. 9.90.3. PRESSURE DIFFERENTIAL: Provide a fully operational negative air system within the work area continuously maintaining a pressure differential across work area enclosures of-0.02 inches of water. Demonstrate to the Owner's Representative the pressure differential by use of a pressure differential meter or a manometer, before disturbance of any asbestos containing materials. This pressure differential will be used for either negative air system or pressure differential system. Asbestos Abatement Page 23 ASBESTOS REMOVAL - 9208 Southeast Loop 820 1.10.4. MONITORING: Continuously monitor and record the-pressure differential between the work area and the building outside of the work area with a monitoring device incorporating a strip chart recorder. Make the strip chart record part of the project log. 1.10.5. AUXILIARY GENERATOR: If electrical power is not sufficient to operate the necessary abatement equipment during work, the Contractor will provide a generator to supply electrical power to the job site. Operate generator in accordance with all OSHA safety regulations. Generator will be operated so that exhaust does not enter the building. 1.10.6. SUPPLEMENTAL MAKEUP AIR INLETS: Provide where required for proper air flow through the work space in location approved by the Owner's Representative by making openings in the plastic sheeting to allow air from outside the building into the work area. Locate auxiliary makeup air inlets as far as possible from the exhaust unit (e.g., on an opposite wall), off the floor (preferably near the ceiling), and away from barriers that separate the work area from occupied clean areas. Cover with flaps to reseal automatically if the negative pressure system should shut down for any reason. Spray flap and around opening with spray adhesive so that flap seals if it closes. 1.10.7. 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. 1.10.8. 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: 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 shut-off will operate in case of fire. 1.10.9. 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 decontamination 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 authorized by the Owner's Representative in writing. Asbestos Abatement Page 24 ASBESTOS REMOVAL - 1208 Southeast Loop 820 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 decontamination, if dry or only partially wetted asbestos material was encountered during any abatement work. 9.10.90. DISMANTLING THE SYSTEM: When a final inspection and the results of the final air tests indicate that the area has been decontaminated, 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. 1.11. CONTAINMENT BARRIERS AND COVERINGS OF WORK AREA: 1.11.1. GENERAL: Seal off perimeter of work area to completely isolate abatement areas and to contain all airborne asbestos contamination created by abatement work. Cover all surfaces of the work area to protect them from cross contamination, to facilitate more efficient cleanup, and to protect the finishes from the asbestos abatement work. Should the area beyond the seal off limits become contaminated as a consequence of the work, clean those areas in accordance with procedures described in this section at no additional cost. 1.11.2. PREPARATION PRIOR TO SEALING OFF. Place all tools, staging, etc. necessary for the work in the area to be isolated prior to erection of temporary plastic sheeting enclosure. Disable ventilating systems or any other system bringing air into or out of the work area. Disable system utilizing positive means that will prevent accidental premature restarting of equipment, i.e., disconnecting wires, removing circuit breakers, lockable switch, etc. 1.11.3. CONTROL ACCESS TO WORK AREA: Permit access to the work area only through the PDF. All other means of access will be closed off and sealed and warning signs displayed on the clean side of the sealed access. Where the work area is immediately adjacent to or within view of occupied areas, provide a visual barrier of opaque polyethylene sheeting at least 4 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 sturdy barrier 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 accordance with this section. Do not proceed with any such alternatives without prior written approval by the Owner's. Asbestos Abatement Page 25 ASBESTOS REMOVAL - 120 8 Southeast Loop 820 9.99.4. CRITICAL BARRIERS: Completely separate the work area frofn other portion of the building, and the outside by sheet plastic barriers at least 6 mil in thickness, or by sealing with duct tape. Individually seal all ventilation openings (supply and exhaust), lighting fixtures, doorways, windows, and other openings into the work area with duct tape alone or with polyethylene sheeting at least 4 mil in thickness, taped securely in place with duct tape. Maintain seal until all work including project decontamination is completed. Take care in sealing off lighting fixtures to avoid melting or burning of sheeting. Provide sheet plastic barriers at least 6 mil in thickness as required to completely seal openings from the work area into adjacent areas. Seal the perimeter of all sheet plastic barriers with duct tape or spray cement. 9.91.5. PRIMARY BARRIERS: Construct the primary barriers of the containment of at least 6 mil plastic sheeting and seal completely to separate the work area from other portions of the building. Individually seal all openings of the containment with duct tape and/or spray adhesive except for the decontamination entrance and HEPA exhaust ducts. 1.11.6. EXTENSION OF WORK AREA: If the enclosure barrier is breached in any manner that could allow the passage of asbestos debris or airborne fibers, then where possible, add the 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 the contaminated area cannot be added to the work area, decontamination measures will start immediately after contamination is discovered and work will stop in the work area. Decontamination procedures will continue until exposure returns to background levels. 1.11.7. SECONDARY BARRIERS: This section is not applicable 1.12. MONITORING, INSPECTION AND TESTING: 1.12.1. 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 specifications. 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's will employ a Certified Industrial Hygienist (C.I.H.) consultant to perform various services on behalf of the Owner. The C.I.H. consultant or representative under the direction of a CIH will perform the necessary monitoring, inspection, testing and other support services to ensure that Owner, employees and visitors will not be adversely impacted by the abatement work, 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 Asbestos Abatement Page 26 ASBESTOS REMOVAL - 1208 Southeast Loop 820 C.I.H. consultant in no way relieves the abatement contractor from hi:; 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 Owner's, CIH consultant and his services will be born by the Owner except for repeated final inspection and testing that may be required due to unsatisfactory initial results. These repeated final inspections and testing, if required, will be paid for by the contractor. The asbestos 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 results 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. 9.92.2. OUTLINE SCOPE OF SERVICES OF THE OWNER'S CONSULTANT. The purpose of the work of the Owner's consultant 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 with final clearance to be performed by PCM. The Owner's consultant will perform the following tasks: TASK 1: Establish background levels before abatement work will start. This will include taking background samples (at least 3) and retaining samples for possible 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 representative 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 except personnel monitoring. TASK 4: Provide support to the Owner such as evaluation of submittals from the abatement contractor, resolution of unforeseen developments in abatement work, etc. TASK 5: Perform final inspection and testing of a decontaminated area or building at the conclusion of the abatement and cleanup work to certify compliance with' Owner's decontamination standards. TASK 6: Issue certificate of decontamination for each area or building and a final project report. Asbestos Abatement Page 27 ASBESTOS REMOVAL - 1208 Southeast Loop 820 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 present. All data, inspection results and testing results generated by the Owner's consultant will be available to the Contractor for information and consideration. Contractor will provide cooperation and support to the Owner's consultant for efficient and smooth performance of their work. Monitoring and inspection results of the Owner's consultant will be used by the Owner to issue any stop removal orders to the contractor during abatement work and %0 accept or reject area or a building as decontaminated. The Owners consultant 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, methodology of analysis, lab information and qualifications of on-site analyst. 1.12.3. MONITORING, INSPECTION AND TESTING BY ABATEMENT CONTRACTOR: The Contractor is responsible for managing all monitoring, inspection and testing required by these specifications and the OSHA requirements. The analytical laboratory that will be used by the contractor to analyze the samples will be AIHA P.A.T. Accredited and Texas Department of Health Licensed. Keep a daily log of personnel and samples taken and analyzed and make log available to the Owner's representative. Log will contain information on the persons sampled, the date of sample coll�action 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 abatement takes place. 1.12.4 Analysis Bulk samples (if required) will be analyzed at a laboratory that is Accredited by the National Voluntary 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 with a "Proficient" rating. In addition to the continuous monitoring required, the Owner's representative will perform inspection and testing at the final stages of abatement for each work area or building as specified elsewhere in this section. Asbestos Abatement Page 28 ASBESTOS REMOVAL - 1208 Southeast Loop 820 1.13. STANDARD OPERATING PROCEDURES (SOP): The Asbestos Contractor will have established a standard operating procedures (SOP) in printed form and looseleaf folder consisting of simplified text, diagrams, sketches and pictures that establish and explains clearly the ways and procedures to be followed during all phases of work by his employees. The SOP must be modified as necessary to address any specific requirements of the project and will be submitted for review and approval prior to the start of any abatement work. The_minimum topics and areas to be covered by the SOP are: A. Minimum Personnel Qualifications. K. Removal of ACM and ACE. B. Contingency Plans and Arrangements. L. Removal of Contaminated Soil. C. Security and Safety in the Workplace. M. Glovebag Application. D. Respiratory Protection Systems and N. Enclosure of ACM. Training. O. Encapsulation of ACM. E. Worker Protection, Medical Examinations. P. Project Closeout. F. Work Area Limitations. Q. Project Decontamination, G. Decontamination Facilities, PDF and EDF. R. Work Area Clearance. H. Negative Pressure Systems. S. Disposal of ACM and ACE Waste I. Containment Barriers and Coverings of Work Area. J. Monitoring, Inspection and Testing. 1.14. SUBMITTALS: 1.14.9. PRE-CONSTRUCTION SUBMITTALS: The Asbestos Removal Contractor will submit to the Owner's representative the following for review and approval: • Detailed work schedule for the entire project reflecting contract documents and the phasing and schedule requirements from the CPM chart. • Staff organization chart showing all persons to be employed in what capacity. Their identification and qualifications, the "Certificate of Worker's Training". Provide evidence of qualifications, training, licensing and worker registration. • The specifics of the material and equipment to be used for this project with brand names, model numbers, performance characteristics, pictures or diagrams. and number available, for the following if required: 1. Air supply system, negative pressure air units, HEPA vacuums, air monitoring pumps and calibration devices, pressure differential monitor, recorder and emergency power systems. 2. Waste water filtration system, shower stall and containment barriers. 3. Encapsulant sprayers, low pressure water sprayers, bridging encapsulant, glovebags, removal tools and fire extinguisher. 4. Respirators and protective clothing. Asbestos Abatement Page 29 ASBESTOS REMOVAL - 1208 Southeast Loop 820 5. Fire and safety equipment to be used in the abatement. • Name, location and phone number of the landfill, proof that landfill is approved for ACM disposal, the type of trucks for waste transportation, and if a waste disposal sub-contractor will be used, provide name, address and phone number of sub-contractor. • Specific notifications and arrangements made with regulatory entities having jurisdiction and the specific contingency arrangements made with local health, fire and safety authorities and any other notifications and arrangements required by the specifications. • Name, location and qualification of the analytical laboratory to be used for the analysis of samples required to meet OSHA regulations 29 CFR 1926.1101. • Texas asbestos abatement Contractors license. • If air monitoring technician is used, Texas air monitoring license. • State of Texas Asbestos Transporter license and disposal site. 1.14.3. SUBMITTALS AT COMPLETION OF ABATEMENT.- The BATEMENT:The Contractor will submit a final project report consisting of the daily log book and the documentation 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. The Owner's Representative will forward the abatement report to the Owner after completion of the project. PART 2 - PRODUCTS AND MATERIAL 2.1 MATERIALS AND EQUIPMENT: 2.1.1. PREPARATION: Prior to the start of the work the Contractor will provide and maintain a sufficient quantity of materials and equipment to assure continuous and efficient work throughout the project. Do not start work unless the following items have been delivered on site: A. Polyethylene sheeting 4, and 6 mil in clear, opaque and black shades, moisture resistant duct tape capable of continuously sealing polyethylene through project abatement' duration. B. Negative pressure units to provide 4 air changes per hour in work area plus two reserve units able to replace any malfunctioning HEPA unit without delay, HEPA vacuum cleaners, high and low volume air pumps and loaded filter cassettes for air monitoring, supply air system, air lines, differential pressure gage and stripchart stock. Asbestos Abatement Page 30 ASBESTOS REMOVAL - 1208 Southeast Loop 820 C. Scrapers, brushes, brooms, staple guns, shovels, ladders and scaffolds of suitable height and length, water hose-to reach all areas, airless spray equipment, and other hand tools, electric cords, electric power with ground fault interruption. D. Impermeable drums and 6 mil polyethylene bags for asbestos containing waste; spray adhesive free of methylene chloride to seal seams on polyethylene material and penetrating encapsulants. E. .Respirators, disposable protective clothing, goggles, gloves and footwear. 2.9.2. PACKAGING OF MATERIALS AND EQUIPMENT. The Asbestos Abatement Contractor will deliver materials to the job site in their original packaging or containers. Store all materials away from damage, weather, and contamination. Protect polyethylene from cold exposure. Do not store flammable material inside buildings. inspect material regularly for damage, deterioration or contamination. Discard any damaged material. Discard ACM per these specifications. Do not block or hinder use of buildings by patients, employees and visitors of Owner's in partially occupied buildings by placing 'material in any unauthorized place. 2.2 ENCAPSULANTS The Asbestos Abatement Contractor will submit before start of work product '-data for all surfactants and/or removal encapsulants, instructions for use and recommendations of manufacturer and data substantiating compliance with requirements. 2.2.9 TYPES OF ENCAPSULANTS The following four types of encapsulants must comply with performance requirements stated in paragraph 2.2.2. Removal Encapsulant: Used as a wetting agent to remove ACM. Bridging Encapsulant: Provides a tough, durable surface coating on ACM. Penetrating Encapsulant: Penetrate the ACM in excess of one-half inch, encapsulating all asbestos fibers. Lock-down Encapsulant: Seals or"locks-down" minute asbestos fibers left on surface in spaces from which ACM has been removed. 2.2.2 PERFORMANCE REQUIREMENTS Encapsulants will meet the latest requirements of the Environmental Protection Agency (EPA), will not contain toxic or hazardous substances, no solvents, and will comply with the following performance requirements. General (for all encapsulants): 1. ASTM E84: Flame Spread of 25, smoke emission of 50. 2. Univ. of Pittsburgh Protocol: Combustion Toxicity, Zero - Mortality. 3. ASTM C732, Accelerated Aging Test: Life Expectancy- 20 years. 4. ASTM E96: Permeability - Minimum of 0.4 perms. Asbestos Abatement Page 31 ASBESTOS REMOVAL - 1208 Southeast Loop 820 Bridging and Penetrating Encapsulants: 1. ASTM E736: Cohesion/Adhesion Test - 50 lbs/ft. 2. ASTM El 19: Fire Resistance - 3 hours (Classified by UL for use over fibrous and cementitious sprayed fireproofing). 3. ASTM D2794, Gardner Impact Test: Impact Resistance - Minimum 43 in/Ib. 4. ASTM D522, Mandrel Bend Test: Flexibility - no rupture or cracking. Lock-Down Encapsulants: 1. ASTM El 19: Fire Resistance - 3 hours (Tested with fireproofing over encapsulant applied directly to steel member). 2. ASTM E736: Bond Strength - 100 lbs/ft(Test compatibility with cementitious and fibrous fireproofing). 3. In certain situations, it may become necessary to apply the Lock-Down Encapsulant to "hot" steam lines or equipment. Therefore, the encapsulant must withstand high temperatures without cracking or delaminating and not off-gassing any noxious fumes during application. Also, it must comply with all other performance requirements of the standard Lock-Down Encapsulants. 2.2.3 CERTIFICATES OF COMPLIANCE Abatement contractor will submit to the Owner's Representative the test results and certificates from manufacturer substantiating compliance with Performance Requirements for encapsulants when installed according to manufacturer recommendations. PART 3 - EXECUTION 3.1. PREABATEMENT ACTIVITIES: ME 3.9.9. PREABATEMENT MEETING; The Owner's representative upon receipt, review and substantial approval of all pre-abatement submittals and upon verificationthat all material and equipment required for the project are on site, will arrange for a pre-abatement meeting between the abatement contractor, superintendent 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 abatement contractor and his employees will be prepared to provide any supplemental 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. 3.9.2. PREABATEMENT INSPECTION AND PREPARATIONS: Before any work begins on the containment barriers, the contractor will: Asbestos Abatement Page 32