HomeMy WebLinkAboutContract 41475CITY SECRETARY
CONTRACT NO . Y: \ ~ 1 S-
CONTRACT
BETWEEN
CITY OF FORT WORTH
AND
MIDWEST WRECKING CO.
of TEXAS, INC.
For
Asbestos Abatement and Demolition
of Commercial Structure at
2711 Guenther Avenue
Department
of
Transportation & Public Works
Environmental Services Division
January 2011
-1 -
OFFICIAL RECORD
CITY SECRETARY
FT, WORTH, TX
:2 I
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOWN ALL BY THESE PRESENTS
CONTRACT FOR STRUCTURAL DEMOLITION
AND REMOVAL , TRANSPORTATION , AND DISPOSAL OF
ASBESTOS CONTAMINATED MATERIALS
27 11 GUENTHER AVENUE , FORT WORTH , TX
This Contract is entered into by and between the City of Fort Worth , Texas , a home-rule
municipality located within Tarrant County Texas , ("City") acting through Fernando
Costa , its duly authorized Assistant City Manager, and Midwest Wrecking Company of
Texas , Inc. ("Contractor"), acting through Brian Choate , its duly authorized President.
WITNESSETH :
NOW, THEREFORE , in consideration of the mutual prom ises and benefits of this
Contract, the City and the Contractor agree as follows:
1.
DEFINITIONS
In this contract , the following words and phrases shall be defined as follows :
Asbestos shall mean the asbestiform varieties of chrysotile , amosite , crocidolite ,
tremolite , anthophyllite, and actinolite and all materials containing one percent or more
of any of those substances .
Asbestos-Containing Material (ACM) shall mean materials or products that contain more
than one percent (1.0%) of any kind or combination of asbestos, as determined by
Environmental Protection Agency (EPA) recommended methods as listed in Section 40
of the Code of Federal Regulations , (CFR) Part 763 , Subpart F and 40 CFR 763
Subpart E , Appendix A. This means anyone material component of a structure .
Asbestos Removal shall mean any action that dislodges , strips , or otherwise takes away
asbestos containing material (ACM).
City's Representative means the Assistant Director of Transportation and Pub lic Works ,
Environmental Management Division , or his designee.
CONTRACT FOR STRUCTURA L DEMOLITION A ND A SBESTOS ABATEMENT -
MIDWEST WRECKING COMPANY OF TEXA S, INC. -2711 GUENTHER A VENUE PROJECT
Pa e 1 of 24
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH ! TX
Contract Documents shall consist of the written , printed, typed and drawn instruments
which comprise and govern the performance of the work. Said Contract Documents
include, but are not limited to this contract all bid documents , the Request for Proposals ,
Invitation to Bid , instructions to bidders, special instructions to bidders, addenda to the
notice to bidders , proposal , plans, specifications, maps, blueprints , notice of award,
general conditions , special conditions , supplementary conditions , general provisions ,
special provisions , work order(s), change orders , any contract amendments and the
payment, performance and maintenance bonds , or other such similar documents . The
Contract Documents shall also include any and all supplemental agreements approved
by the Owner which may be necessary to complete the work in accordance with the
intent of the plans and specifications in an acceptable manner, and shall also include
the additional instruments bound herewith .
NESHAP shall mean the United States Environmental Protection Agency National
Emissions Standards for Hazardous Air Pollutants , as described in Title 40 CFR Part
61.
Notice to Proceed means the letter issued by the City that authorizes Contractor to
begin work. It also authorizes future invoices to be paid .
Regulated Asbestos-Containing Material (RACM) shall mean (a) friable asbestos
material, (b) Category I non-friable ACM that has become friable, (c) Category I
non-friable ACM that will be or has been subjected to sanding, grinding , cutting , or
abrading , or (d) Category II non-friable ACM that has a high probability of becoming or
has become crumbled , pulverized , or reduced to powder by forces expected to act on
the material in the course of demolition or renovation operations.
Subcontract means a contract between the Contractor for this project and another
person or company for any task defined in the scope of work . A purchase order is also
considered a subcontract.
2.
SCOPE OF CONTRACTOR'S SERVICES
A. The scope of work shall include the furnishing of all labor, materials and equipment
necessary to complete the work specified in Attachment A.
B. Work shall be conducted in accordance with the most recent version of the project's
"Specifications for Asbestos Abatement" prepared by Industrial Hygiene and Safety
Technology , Inc.
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 2 of 24
M IDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER A VENUE PROJECT
C . Contractor shall perform, in a good and professional manner, the services contained
in this Contract and in accordance with all applicable federal, state , and local laws ,
directives, and guidelines.
3.
SCOPE OF CITY SERVICES
The City agrees to perform the following services:
A. City shall coordinate with facilities, City departments , and any tenants for access
to the site.
B. City shall prepare and revise all notifications necessary to the Texas Department
of State Health Services Health (TDSHS) for the work provided herein.
C. City shall make payment of all applicable TDSHS fees .
D. City shall give timely direction to the Contractor.
E. City shall render decisions regarding modifications to the Contract and any other
issue .
4.
TIME TO COMPLETE THE PROJECT
Contractor will be responsible for coordinating with the Department of Transportation
and Public Works -Environmental Services Division , within five (5) days after receipt of
notice to proceed , the start date of asbestos abatement to allow for notification to the
Texas Department of State Health Services (DSHS).
Contractor shall complete work under this contract within ten (10) days from the
beginning of initial asbestos abatement activities or a beginning date as shall be
specified in a Notice to Proceed unless an extension of time is granted (in writing) due
to inclement weather , any such determination being made in the sole judgment and
discretion of the City of Fort Worth. A working day shall be defined as each day
beginning with the day of initial asbestos abatement until the work is completed and
accepted by the City . If a stop work order is issued by the City, the tolling of working
days shall be suspended until a new Notice to Proceed is issued .
Should the Contractor fail to begin the work herein provided for within the time herein
fixed or to carry on and complete the same according to the true meaning of the intent
and terms of the plans, specifications and other Contract Documents , then the Owner
shall have the right to either (1) demand that the Contractor's surety take over the work
and complete same in accordance with the plans, specifications and other Contract
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 3 of 24
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER A VENUE PROJECT
Documents or (2) to take charge of and complete the work in such a manner as it may
deem proper, and if in the completion thereof, the cost to Owner shall exceed the
contract price or prices set forth in the Contract Documents , the Contractor and/or its
surety shall pay Owner upon its demand in a writing , setting forth and specifying an
itemized statement of the total cost thereof, said excess cost.
5.
INDEPENDENT CONTRACTOR
The City agrees to hire Contractor as an independent contractor , and not as an officer,
servant , or employee of the City . Contractor shall have the exclusive right to control the
details of the work performed hereunder, and all persons performing same , and shall be
solely responsible for the acts and omissions of its officers, agents , employees , and
subcontractors. Nothing herewith shall be construed as creating a partnership or joint
venture between the City and Contractor, its officers , agents , employees , and
subcontractors ; and the doctrine of respondent superior has no application as between
the City and Contractor.
6.
COMPENSATION
Section 1.
Fee Schedule .
City agrees to pay Contractor for its services according to the schedule in Attachment B.
The City will not be liable for any Contractor costs in excess of the not-to-exceed
amount unless City has signed and issued a written , duly authorized amendment or
mod ification to the Agreement.
There is no guarantee of a m inimum amount of work to be awarded under this contract.
City shall not pay for any work performed by Contractor or its subcontractors , and/or
suppliers that has not been specifically ordered by the City in writing by Task Order or
Work Assignment pursuant to the terms of this contract or duly authorized modification .
Contractor shall not be compensated for any work that is verbally ordered by any
person and shall rely only upon written authorization to conduct work .
Section 2.
Release Upon Payment
Acceptance by Contractor of said payment shall operate as and shall release the City
from all claims or liabilities under this Agreement for anything related to , done , or
CONTRA CT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2 71 1 GUENTHER A VENUE PROJECT
Page o
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
furnished in connection with the services for which payment is made , including any act
or omission of the City in connection with such services .
Section 3.
Invoice and Payment.
Payment for services rendered shall be due within thirty (30) days of the uncontested
performance of the particular services so ordered and receipt by City of Contractor's
invoice for payment of same . In the event of a disputed or contested billing , only that
portion so contested may be withheld from payment , and the undisputed portion will be
paid . No interest w ill accrue on any contested portion of the billing until mutually
resolved. City will exercise reasonableness in contesting any billing or portion thereof.
7.
LIQUIDATED DAMAGES
If Contractor fa i ls to commence and complete work under this Contract within the
stipulated time, there shall be deducted from any moneys due or owing Contractor , or
which may become due , the sum of $1 ,000 .00 (one thousand dollars) per day for each
day after the date the project was to be completed, until the project is completed . Such
sum shall be treated as liquidated damages and not as a penalty , and City may withhold
from Contractor's compensation such sums as liquidated damages. The amount of
damage to City for delay in completion of the work is difficult to ascertain and the
amount of the liquidated damages per day as stated above is reasonably anticipated
pecuniary damages for such delay, and is not a penalty .
8.
INDEMNIFICATION
A. Definitions . In this paragraph , the following words and phrases shall be defined
as follows:
1. Environmental Damages shall mean all claims , judgments , damages ,
losses , penalties , fines , liabilities (including strict liability), encumbrances ,
liens costs, and expenses of investigation and defense of any claim,
whether or not such claim is ultimately defeated , and of any good faith
settlement of judgment, of whatever kind or nature , contingent or
otherwise, matured or unmatured , foreseeable or unforeseeable , including
without limitat ion 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 work , or due to
negligence or an intentional tort by the Contractor, a Subcontractor, or a
vendor and including without limitation:
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Pa ge 5 of 24
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2 7 11 GUENTHER A VENUE PROJECT
a. Damages for personal injury and death, or injury to property or
natural resources;
b. Fees incurred for the services of attorneys, consultants ,
contractors , experts, laboratories and investigation or remediation
of the monitoring wells or 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 .
2 . Environmental requirements shall mean all applicable present and future
statutes , regulations , rules , plans , authorizations , concessions , franchises,
and similar items , of all governmental agencies , departments,
commissions , boards , bureaus , or instrumentalities of the United States ,
states , and political subdivisions thereof and all applicable judicial ,
administrative , and regulatory decrees , judgments , and orders relating to
the protection of human health or the environment , including without
limitation:
a. All requirements , including, but not limited to , those pertaining to
reporting, licensing , em1ss1ons , discharges , releases , or
threatened releases of hazardous materials, pollutants ,
contaminants or hazardous or toxic substances , materials , or
wastes whether solid , liquid , or gaseous in nature , into the air,
surfacewater, groundwater, stormwater, or land , or relating to the
manufacture , processing , distribution , use , treatment , storage ,
disposal , transport, or handling of pollutants , contaminants , or
hazardous or toxic substances , materials , or wastes , whether
solid, liquid , or gaseous in nature ; and
b. All requirements pertaining to the protection of the health and
safety of employees or the public .
CONTRACT FOR STRUCTURAL DEMOLITI ON AND ASBESTOS ABATEMENT -Page 6 of24
MIDWEST WRECKING COMPANY OF TEXA S, INC. -2711 GUENTHER A VENUE PROJECT
B. General Indemnification. CONTRACTOR DOES HEREBY RELEASE,
INDEMNIFY, REIMBURSE, DEFEND, AND HOLD HARMLESS THE CITY, ITS
OFFICERS, AGENTS, AND EMPLOYEES, FROM AND AGAINST ANY AND
ALL LIABILITY, CLAIMS, SUITS, DEMANDS, OR CAUSES OF ACTIONS
WHICH MAY ARISE DUE TO ANY LOSS OR DAMAGE TO PERSONAL
PROPERTY, OR PERSONAL INJURY, AND/OR DEATH, OCCURRING AS A
CONSEQUENCE OF THE CONTRACTOR'S OPERATIONS UNDER THIS
AGREEMENT, WHETHER SUCH INJURIES, DEATH, OR DAMAGES ARE
CAUSED BY THE INTENTIONAL TORT OR THE SOLE NEGLIGENCE OF
THE CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR
CONTRACTORS, OR THE JOINT NEGLIGENCE OF CONTRACTOR, ITS
OFFICERS, AGENTS, EMPLOYEES, OR CONTRACTORS AND ANY OTHER
PERSON OR ENTITY.
C. Environmental Indemnification. CONTRACTOR DOES HEREBY RELEASE,
INDEMNIFY, DEFEND, REIMBURSE, AND HOLD HARMLESS THE CITY, ITS
OFFICERS, AGENTS, AND EMPLOYEES , AGAINST ANY AND ALL
ENVIRONMENTAL DAMAGES AND THE VIOLATION OF ANY AND ALL
ENVIRONMENTAL REQUIREMENTS RESULTING FROM CONTRACTOR'S
OPERATIONS UNDER THIS AGREEMENT WHEN SUCH ENVIRONMENTAL
DAMAGES OR VIOLATION OF ENVIRONMENTAL REQUIREMENTS ARE
CAUSED BY THE ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS,
AGENTS, EMPLOYEES, OR CONTRACTORS, OR THE JOINT ACT OR
OMISSION OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, OR
CONTRACTORS AND ANY OTHER PERSON OR ENTITY.
D. 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 City), even
if such claims , suits or proceedings are groundless , false , or fraudulent , and
conducting all negotiations of any description , and paying and discharging , when
and as the same become due , any and all judgments , penalties or other sums
due against such indemnified persons.
E. Upon learning of a claim , lawsuit, or other liability which Contractor is required
hereunder to indemnify , C ity shall provide Contractor with reasonable timely
notice of same .
F. All Contractors under this contract agree that they assume joint and several
liability for any claim by the City or for a third party cla im against the City for
general o r environmental damages caused by any of the Contractors herein.
CONTRACT FOR STRUCTURAL DEMOLITI ON AND A SBESTOS ABATEMENT -Page 7 of 24
MIDWEST WRECKING COMPANY OF TE XAS, INC. -271 1 GUENTHER A VENUE PROJECT
G . The obligations of the Contractor under this paragraph shall survive the
expiration or termination of this Agreement and the discharge of all other
obligations owed by the parties to each other hereunder.
9.
INSURANCE
The Contractor certifies it has , at a minimum, current insurance coverage as detailed
below and will maintain it throughout the term of this Contract. Prior to commencing
work, the Contractor shall deliver to City , certificates documenting this coverage . The
City may elect to have the Contractor submit its entire policy for inspection .
A . Insurance coverage and limits :
1. Commercial General Liability Insurance
$1 ,000,000 each occurrence ; $2,000,000 aggregate
2. Professional Liability Insurance
Not applicable.
3 . Automobile Liability Insurance
Coverage on vehicles involved in the work performed under this contract:
$1 ,000 ,000 per accident on a combined single limit basis or:
$500 ,000 bodily injury each person; $1 ,000 ,000 bodily injury each accident; and
$250,000 property damage.
The named insured and employees of Contractor shall be covered under this
policy . The City of Fort Worth shall be named an Additional Insured , as its
interests may appear. Liability for damage occurring while loading , unloading and
transporting materials collected under the Contract shall be included under this
policy .
4. Worker's Compensation
Coverage A: statutory limits
Coverage B: $100 ,000 each accident
$500 ,000 disease -policy limit
$100 ,000 disease -each employee
5. Environmental Impairment Liability (Ell) and/or Pollution Liability $4 ,000 ,000 per
occurrence. Ell coverage(s) must be included in policies listed in subsections 1
and 2 above; or, such insurance shall be provided under separate policy(s).
Liability for damage occurring while loading , unloading and transporting materials
collected under the contract shall be included under the Automobile Liability
insurance or other policy(s).
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -
MIDWEST WRECKING COMPANY OF TEXAS, INC. -271 1 GUENTHER A VENUE PROJECT
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH , TX
6 . Asbestos Abatement Insurance
$2,000,000 each occurrence with no Sunset Clause , if any abatement is to be
performed and prior to commencement of such work .
B. Certificates of Insurance evidencing that the Contractor has obtained all required
insurance shall be delivered to the City prior to Contractor proceeding with the
Contract.
1. Applicable policies shall be endorsed to name the City an Additional Insured
thereon, as its interests may appear. The-term City shall include its employees,
officers, officials, agents, and volunteers as respects the Contracted services ..
2. Certificate(s) of Insurance shall document that insurance coverage specified
herein are provided under applicable policies documented thereon.
3. Any failure on part of the City to request required insurance documentation shall
not constitute a waiver of the insurance requirements.
4. A minimum of thirty (30) days notice of cancellation or material change in
coverage shall be provided to the City. A ten (10) days notice shall be acceptable
in the event of non-payment of premium. Such terms shall be endorsed onto
Contractor's insurance policies. Notice shall be sent to Department of Financial
Management Services -Risk Management Division, City of Fort Worth , 1000
Throckmorton Street , Fort Worth, Texas 76102.
5. Insurers for all policies must be authorized to do business in the state of Texas or
be otherwise approved by the City; and, such insurers shall be acceptable to the
City in terms of their financial strength and solvency.
6. Deductible limits , or self-insured retentions, affecting insurance required herein
shall be acceptable to the City in its sole discretion; and, in lieu of traditional
insurance, any alternative coverage maintained through insurance pools or risk
retention groups must be also approved. Dedicated financial resources or Letters
of Credit may also be acceptable to the City.
7. Applicable policies shall each be endorsed with a waiver of subrogation in favor
of the City as respects the Contract.
8. The City shall be entitled, upon its request and without incurring expense , to
review the Contractor's insurance policies including endorsements thereto and, at
the City's discretion; the Contractor may be required to provide proof of insurance
premium payments .
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 9 of24
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER A VENUE PROJECT
9. The Commercial General Liability insurance policy shall have no exclusions by
endorsements unless the City approves such exclusions .
10. The City shall not be responsible for the direct payment of any insurance
premiums required by the contract. It is understood that insurance cost is an
allowable component of Contractor's overhead.
11. All insurance required above shall be written on an occurrence basis in order to
be approved by the City .
12 . Subcontractors to the Contractor shall be required by the Contractor to maintain
the same or reasonably equivalent insurance coverage as required for the
Contractor. When subcontractors maintain insurance coverage , Contractor shall
provide City with documentation thereof on a certificate of insurance.
Notwithstanding anything to the contrary contained herein , in the event a
subcontractor's insurance coverage is canceled or terminated , such cancellation
or termination shall not constitute a breach by Contractor of the contract.
10.
BONDING
A. Payment and Performance Bonds. Before beginning the work , the Contractor
shall be required to execute to the City of Fort Worth a payment bond if the
contract is in excess of $25,000 and a performance bond if the contract is in
excess of $100 ,000 . The payment bond is solely for the protection and use of
payment bond beneficiaries who have a direct contractual relationship with the
Contractor or subcontractor to supply labor or material; and in 100% the amount
of the Contract. The performance bond is solely for the protection of the City of
Fort Worth, in 100% the amount of the Contract , and conditioned on the faithful
performance by Contractor of the work in accordance with the plans,
specifications , and contract documents. Contractor must provide the payment
and performance bonds , in the amounts and on the conditions required , within 14
calendar days after Notice of Award.
B. Requirements for Sureties. The bonds shall be issued by a corporate surety duly
authorized and permitted to do business in the State of Texas that is of sufficient
financial strength and solvency to the satisfaction of the City . The surety must
meet all requirements of Article 7.19-1 of the Texas Insurance Code. All bonds
furnished hereunder shall meet the requirements of Chapter 2253 of the Texas
Government Code, as amended .
In addition, the surety must (1) hold a certificate of authority from the United
States Secretary of the Treasury to qualify as a surety on obligations permitted or
required under federal law ; or (2) have obtained reinsurance for any liability in
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 10 of24
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER A VENUE PROJECT
excess of $100 ,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from
the Untied States Secretary of the Treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such
reinsurance shall be provided to the City upon request. The City , in its sole
discretion , will determine the adequacy of the proof required herein .
No sureties will be accepted by the City that are at the time in default or
delinquent on any bonds or which are interested in any litigation against the City.
Should any surety on the Contract be determined unsatisfactory at any time by
the City , notice will be given to the Contractor to that effect and the Contractor
shall immediately provide a new surety satisfactory to the City .
11 .
WARRANTY
Contractor warrants that it understands the currently known hazards and the suspected
hazards which are presented to persons , property and the environment by the work
specified in this contract.
Contractor further warrants that it will perform all services under this Contract in a safe ,
efficient and lawful manner using industry accepted practices , and in full compliance
with all applicable state and federal laws governing its activities and is under no restraint
or order which would prohibit performance of services under this Contract.
12.
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 solely from : acts of God , acts of the public
enemy , fires , flood , epidemics , quarantine restrictions , strikes, freight embargoes ,
and extreme meteorological events. Contractor affirms a duty to mitigate any
delays or damages aris ing from such causes.
B. If Contractor fails to begin work herein provided for within the time specified
herein , or to complete such work within the time specified herein , City shall have
the right to take charge of and complete the work in such a manner as it may
deem appropriate . If City 's total costs exceeds the costs as agreed in the
contract documents , the 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.
C. 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
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -
M IDWEST WRECKING COMPANY OF TEXA S, INC. -2711 GUENTHER A VENUE PROJECT OF fAL ~CORD
CITY SECRETARY
FT. WORTH, TX
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 at the
discretion of the City. All costs and attorneys fees incurred by City in the
enforcement of any provision of this contract shall be paid by Contractor.
D. City may terminate this Contract at its sole discretion and without cause upon
thirty (30) days prior written notice to Contractor, and such termination shall be
without prejudice to any other remedy the City may have . In the event of
termination , any work in progress will continue to completion unless specified
otherwise in the notice of termination. The City shall pay for any such work that is
completed by Contractor and accepted by the City .
E. The remedies provided for herein are in addition to any other remedies available
to City elsewhere in this contract.
13.
OBSERVE AND COMPLY
Contractor shall at all times observe and comply with all federal , state , and local laws and
regulations and with all City ordinances and regulations which in any way affect this
Agreement and the work hereunder, and shall observe and comply with all orders, laws
ordinances and regulations which may exist or may be enacted later by governing bodies
having jurisdiction or authority for such enactment. No plea of misunderstanding or
ignorance thereof shall be considered. Contractor agrees to defend , indemnify and hold
harmless City and all of its officers, agents and employees from and against all claims or
liability arising out of the violation of any such order, law, ordinance , or regulation , whether
it be by itself or its employees.
14 .
MODIFICATION
No modification of this Contract shall be binding on the Contractor or the City
unless set out in writing and signed by both parties. No modification shall be
binding upon the City unless signed by the City Manager or an Assistant City Manager
of the City of Fort Worth. Any changes to the scope of work or compensation must be
in the form of a written , formal , authorized modification of this contract that is in
accordance with all applicable state and city laws , regulations , and ordinances. In no
event shall any verbal authorization changing the scope of work or verbal agreements
for additional compensation be binding upon the City. Contractor expressly agrees a)
not to make changes to its legal, financial, or logistical position on any matter based on
any oral representation by an employee , contractor, or agent of the City prior to
obtaining a written modification to this contract ; b) that it waives any claim based upon
reliance or estoppel as a result of acting or not acting due to an alleged oral change to a
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 12 of 24
MIDWEST WRECKING COMPANY OF TEXAS, INC. -27 11 GUENTHER A VENUE PROJECT
material term of this contract from the City, its employees, contractors, or agents ; and c)
that it waives any claim for compensation for work performed based upon an alleged
oral change to a material term of this contract from the City , its employees , or agents.
15.
RIGHT TO AUDIT
City and Contractor agree that, until the expiration of three (3) years after the final
payment under this Contract, the City shall have access to and the right to examine any
directly pertinent books, documents, papers and records of the Contractor involving
transactions relating to this Contract. Contractor further agrees to include in all its
subcontracts hereunder a provision to the effect that the subcontractor agrees that the
City shall, until the expiration of three (3) years after final payment under the
subcontract , have access to papers and records of such subcontractor involving
transactions relating to the subcontract. The term "subcontract" as used herein includes
purchase orders .
16 .
MINORITY AND WOMAN BUSINESS ENTERPRISE
(M/WBE) PARTICIPATION
In accordance with City Ordinance No . 15530, the City has goals for the participation of
minority business enterprises and woman business enterprises ("M/WBE") in City
contracts. Contractor acknowledges the M/WBE goal established for this Agreement
and its commitment to meet that goal. Any misrepresentation of facts (other than a
negligent misrepresentation) and/or the commission of fraud by the Contractor may
result in the termination of this Agreement and debarment from participating in City
contracts for a period of time of not less than three (3) years.
17.
PREVIALING WAGE RATES
Contractor shall comply with TEXAS GOVERNMENT CODE, Chapter 2258 , with
respect to payment of Prevailing Wage Rates for public works contracts and Contractor
shall comply with the Davis -Bacon Act for building and construction trades, and shall
comply with the prevailing wage requirements as specified in the bid package for the
project.
A worker employed on a public work by or on behalf of the City of Fort Worth shall be
paid not less than the general prevailing rate of per diem wages for work of a similar
character in the locality in which the work is performed ; and not less than the general
prevailing rate of per diem wages for legal holiday and overtime work. A worker is
employed on a public work if the worker is employed by a contractor or subcontractor in
the execution of a contract for the public work with the City of Fort Worth.
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 13 of24
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER A VENUE PROJECT
The contractor who is awarded a public work contract , or a subcontractor of the
contractor, shall pay not less than the prevailing wage rates to a worker employed by it
in the execution of the contract. A contractor or subcontractor who violates this
requirement shall pay to the City of Fort Worth, $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the wage rates
stipulated in the contract.
This requirement does not prohibit the contractor or subcontractor from paying an
employee an amount greater than the prevailing wage rate .
18.
NON-DISCRIMINATION
During the performance of this contract, Contractor shall not discriminate in its
employment practices and shall comply with all applicable provisions of Chapter 17,
Article Ill of the Code of the City of Fort Worth .
Contractor agrees not to discriminate against any employee or applicant for
employment because of because of age, race , color, religion , sex , disability, national
origin , sexual orientation , transgender, gender identity or gender expression in any
manner involving employment, including the recruitment of applicants for employment,
advertising , hiring, layoff, recall , termination of employment, promotion, demotion ,
transfer, compensation , employment classification , training and selection for training or
any other terms, conditions or privileges of employment.
Contractor agrees to post in conspicuous places, available to employees and applicants
for employment, notices setting forth the provisions of the non-discrimination clause.
Contractor also agrees that in all solicitations or advertisements for employees placed
by or on behalf of this contract , that Contractor is an equal opportunity employer.
Notices , advertisements, and solicitations placed in accordance with federal law, rule or
regulation shall be deemed sufficient for the purpose of meeting the requirements of this
section .
19.
GOVERNING LAW
The City and Contractor agree that the validity and construction of this contract shall be
governed by the laws of the State of Texas , except where preempted by federal law.
20. OFFICIAL RECORD
CITY SECRETARY
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -fT. 'Ya~!ll f1,JX
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER A VENUE PROJECT ---...:... ___ ..J
SEVERABILITY
The provisions of this contract are severable ; and if for any reason any one or more of
the provisions contained herein are held to be invalid , illegal or unenforceable in any
respect , the invalidity , illegality or unenforceability shall not affect any other provision of
this contract , and this contract shall remain in effect and be construed as if the invalid,
illegal or unenforceable provision had never been contained in the contract.
21 .
RIGHTS AND REMEDIES NOT WAIVED
In no event shall the making by the City of any payment to Contractor constitute or be
construed as a waiver by the City of any breach of covenant , or any default which may
then exist , on the part of Contractor, and the making of any such payment by the C ity
while any such breach or default exists shall in no way impair or prejudice any right or
remedy available to the City with respect to such breach or default. Any waiver by either
party of any provision or condition of the contract shall not be construed or decreed to
be a waiver of any other provision or condition of this Contract , nor a waiver of a
subsequent breach of the same provision or condition , unless such waiver be
expressed in writing by the party to be bound .
22.
VENUE
Venue of any suit or cause of action under this Contract shall lie in Tarrant County ,
Texas .
23 .
NOTICES
Any notices, bills , invoices or reports required by this contract shall be sufficient if sent
by the parties in the United States mail , postage paid , to the address noted below :
If to the City:
If to the Contractor:
Michael Gange , Assistant Director
Department of Transportation and Public Works
1000 Throckmorton St.
Fort Worth , TX 76102
Brian Choate
Midwest Wrecking Company of Texas , Inc .
PO Box 161819
Hurst , TX 76161
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 15 of 24
MIDWEST WRECKING COMPANY OF TEXAS, INC . -2 7 11 GUENTHER A VENUE PROJECT
24.
ASSIGNMENT
The City and Contractor bind themselves and any successors and assigns to this
contract. Contractor shall not assign, sublet, or transfer its interest in this contract
without written consent of the City. Nothing herein shall be construed as creating any
personal liability on the part of any officer or agent of the City, nor shall it be construed
as giving any rights or benefits hereunder to anyone other than the City and Contractor.
25.
NO THIRD-PARTY BENEFICIARIES
This Agreement shall inure only to the benefit of the parties hereto and third persons not
privy hereto shall not, in any form or manner, be considered a third party beneficiary of
this Agreement. Each party hereto shall be solely responsible for the fulfillment of its
own contracts or commitments.
26.
CONTRACT CONSTRUCTION
The parties acknowledge that each party and , if it so chooses , its counsel have
reviewed and revised this Agreement and that the normal rule of construction to the
effect that any ambiguities are to be resolved against the drafting party must not be
employed in the interpretation of this Agreement or any amendments or exhibits hereto.
The headings contained herein are for the convenience in reference and are not
intended to define or limit the scope of any provision of this Agreement.
27 .
ENTIRETY
This contract, the contract documents , and any other documents incorporated by
reference herein are binding upon the parties and contain all the terms and conditions
agreed to by the City and Contractor, and no other contracts, oral or otherwise,
regarding the subject matter of this contract or any part thereof shall have any validity or
bind any of the parties hereto. In the event of any conflict between the specific terms of
this contract and any other contract documents, then the terms of this contract shall
govern.
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER A VENUE PROJECT
Page 16 of 24
28.
AUTHORITY AND EXECUTION
By signing this contract Contractor warrants that it has had the opportunity 1) to
examine this contract in its entirety , 2) to have its legal counsel examine and explain the
content , terms, requirements , and benefits of this contract if Contractor so chooses , and
3) to negotiate the terms of this contract within the bounds of applicable law .
Having had the opportunity to submit its bid and also to specifically negotiate the terms
of this contract, Contractor agrees to be bound by this contract and expressly agrees to
the terms of this contract , including terms that may vary from those of the Invitation to
Bid or the Contractor's proposal.
The signatory to this contract represents that he or she is legally authorized by the
Contractor to enter into a binding agreement on behalf of the Contractor.
The remainder of this page is left blank intentionally .
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 17 of 24
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER AVENUE PROJECT
ATTIACHMENT A.
SCOPE OF WORK
Contractor will furnish all labor, materials and equipment necessary to perform the
removal of all asbestos-containing materials (ACM) and the demolition of all structures
located on the parcel located at 2711 Guenther Avenue, Fort Worth, Texas , 76106.
PROJECT SPECIFICATIONS
Consultant Specifications
All work shall be performed in accordance with the consultant specification documents
entitled "Specifications for Asbestos Abatement " and those specification documents are
incorporated into the terms of th is contract by reference in their entirety .
It is foreseeable that the specifications may be amended by the consultant in response
to site specific information which may be obtained in the future. Any future
modifications of the consultant specifications shall be binding on the contractor .
Site Preparation
Prior to any abatement or demolition activities , the contractor will remove all universal
waste items including light bulbs , mercury-containing devices , paints , pesticides , etc.
These items will be properly packaged and disposed by the contractor . The contractor
will provide documentation (waste manifest , bill of lading , etc.) that the waste was
properly disposed.
Contractor wi ll disconnect all associated air conditioning units and properly evacuate
any remaining refrigerant contained within the units prior to being disconnected.
Utilities will have been terminated to the sites . Prior to demolition , the contractor will be
responsible for verifying that all utilities (i.e. natural gas , telephone , water , etc .) have
been disconnected . Contractor will cut and cap all site utilities at point of connection to
the site .
Contractor will be responsible for contacting applicable utility services in order to decide
whether or not main lines or routes effectively traverse the project site . It will be
determined with the consultation of City staff the best method to address any utility
concerns involving the aforementioned utility service issues .
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 18 of 24
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER A VENUE PROJECT
Site Work
All structures will be abated of all ACM and will be demolished removing all
slabs/foundations, utility infrastructure and grading of the parcel to properly manage
storm water.
Prior to the start of abatement and demolition of any structure, each structure shall be
inspected to ensure the safety of the crew.
All debris generated from the removal of ACM is to be disposed of as asbestos-
containing waste. Quantities identified in Invitation to Bid are estimated by the building
owner and/or his designee; the Contractor is responsible for verifying all quantities.
Claims for additional compensation due to variations between conditions actually
encountered in the project and as indicated in the Contract Documents will not be
allowed. The only exception is if the Contractor can clearly show why the variation was
not identifiable prior to job commencement.
Prior to any site disturbance , the contractor will have implemented the Best
Management Practices (BMPs) This shall include , but not be limited to , the use of silt
fencing , rock check dams, mulching , erosion control blankets , curb and inlet protection
devices, sediment traps, sediment basins, and/or stabilized construction entrances and
exits .
Demolition activities will include the demolition of all site structures, concrete/asphalt
parking, slabs/foundations , and retaining walls. Streets , drives , and curbs within the
perimeter of the complex will be removed; however streets , drives and curbs
constituting the perimeter will remain . All demolition debris will be removed from the
site and recycled or disposed in a landfill accepting such waste. All foundations will be
removed down to a minimum of 2 feet below grade. If foundations/piers extend beyond
2 feet below grade, they may be severed at that point and left in place.
Contractor shall clean and remove all remaining furniture, fixtures, furnishings , building
materials , tires, debris , trash, rubbish and any other solid waste from the premises.
These materials shall be recycled, reclaimed or disposed at a facility or landfill that is
approved to accept such waste .
Contractor shall maintain proper safety fencing , as needed , and also provide for
adequate signage, barricades, traffic cones, and "flagmen" during the course of the
project when heavy traffic will be leaving or entering the site.
Associated fencing existing entirely on the project site that does not exist as a single
barrier between the project site and the neighboring properties will be removed and
properly disposed of.
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER A VENUE PROJECT
Page 19 of 24
Demolition activities will be performed in accordance with Federal, State and local
visible emission requirements (i.e . no visible emissions will leave the demolition area).
Water is available in the vicinity of the construction area . The Contractor is responsible
for obtaining a City of Fort Worth -Water Department water meter if usage of water
from nearby fire hydrants is anticipated .
The work area will be maintained in a manner that will control all demolition debris from
becoming windblown and/or migrating from the work area during and after working
hours .
The contractor shall use site material , if available , or clean fill from an approved source
to fill any holes in the terrain resulting from any of the above work , and grade the entire
lot , ensuring that low areas are filled to prevent the pooling of water.
For the duration of the entire project, contractor shall sweep dirt and debris from the
haul routes used to ensure any sediment tracked from the site is collected and does not
migrate onto City streets .
Project Coordination
Contractor will be responsible for coordinating with the Department of Transportation
and Public Works -Environmental Services Division ,, within five (5) days after receipt of
notice to proceed , the start date for asbestos abatement , to allow for notification to the
Texas Department of State Health Services (DSHS). The City of Fort Worth will
prepare and submit the DSHS notification and pay all DSHS notification fees.
Upon receipt of a notice to proceed and prior to demolition , contractor must obtain a
wrecking permit to demolish the subject structure from the Planning and Development
Department , telephone (817) 392-2222 .
In obtaining the wrecking permit, the contractor will be required to abide by City of Fort
Worth ordinance number 17228 , also known as the "Tree Preservation Ordinance."
Under the preservation ordinance , no tree 6 " diameter or greater will be removed and all
trees within 50 feet of a structure will be protected as per Tree Ordinance #17228.
Removing trees that interfere with construction is permissible while still retaining 50% of
existing canopy . A copy of the ordinance has been included in section 3.4. It is the
City 's intent to leave all trees in place and only remove trees tha ·
jeopardize the health and safety of the workers performing demolition L RECORD
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -
MIDWEST WRECKING COMPANY OF TEX AS, INC. -2711 GUENTHER AVENUE PROJECT
CITY SECRETARY
FT. WORTH, TX
Pag e 20 o f 24
It may be necessary to remove a number of the trees to facilitate demolition of the site
structures . In addition , many may become severely damaged during the demolition
process. The City of Fort Worth will prepare Phase One documents as detailed in the
''Tree Preservation Ordinance " for this project. This will include the performance of a
tree survey identifying the current canopy cover on site. This will allow the removal of
up to 50 percent of the existing tree canopy . The City of Fort Worth believes this will
allow for the proper protection of the existing resource and will also facilitate the
completion of the scope of work without impeding progress. In addition, this will
alleviate the contractor from paying any fees associated with the "Tree Preservation
Ordinance " and from being held liable for the preservation of trees designated to be
removed . The contractor will still be responsible for protecting the trees that are not
designated to be removed and for following the requirements of the ordinance during
the performance of this project.
The remainder of this page is left blank intentionally .
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 21 of 2 4
MIDWEST WRECKING COMPANY OF TEX AS, INC. -2711 GUENTHER AVENUE PROJECT
ATIACHMENT B.
COMPENSATION SCHEDULE
THIS IS A FIXED-PRICE CONTRACT.
ALL MATERIAL QUANTITIES HEREIN ARE FOR ILLUSTRATIVE PURPOSES ONLY TO
DEMONSTRATE THE POTENTIAL AMOUNTS AND TYPES OF ACM LIKELY TO
ENCOUNTERED ON THE PROJECT AND ARE NOT TO BE CONSTRUED AS A LIMITATION
OR MAXIMUM ON THE AMOUNTS OF ACM TO BE ABATED , REMOVED , TRANSPORTED ,
OR LAWFULLY DISPOSED OF BY THE CONTRACTOR FOR THE FIXED PRICE AS
AGREED HEREIN .
IN ADDITION THE ESTIMATES OF DEMOLITION QUANTITIES ARE FOR ILLUSTRATIVE
PURPOSES ONLY TO DEMONSTRATE THE AMOUNT OF DEMOLITION TO BE
PERFORMED ON THE PROJECT AND ARE NOT TO BE CONSTRUED AS A LIMITATION
OR MAXIMUM ON THE AMOUNTS OF DEMOLITION REQUIRED TO BE PERFORMED BY
CONTRACTOR.
QUANTITIES IDENTIFIED IN CONTRACT ARE ESTIMATED BY THE CITY AND/OR THE
CITY 'S CONSULTANT, AGENT, OR DESIGNEE . THE CONTRACTOR IS RESPONSIBLE
FOR VERIFYING ALL QUANTITIES. CLAIMS FOR ADDITIONAL COMPENSATION DUE TO
VARIATIONS BETWEEN CONDITIONS ACTUALLY ENCOUNTERED IN THE PROJECT AND
AS INDICATED IN THE CONTRACT DOCUMENTS WILL NOT BE ALLOWED .
A. In consideration for the work performed by Contractor under this Contract,
City shall pay Contractor a total price not to exceed six thousand , nine
hundred and ninety dollars ($6,990.00) for the completion of all work specified
in this contract.
B. The City shall not compensate Contractor in excess of the Not-to-Exceed
Amount unless the City has executed a written , authorized, and formal
Modification to the Contract signed by the City Manager or an Assistant City
Manager of the City of Fort Worth . It is expressly agreed between the parties
that there shall be no oral modifications to this contract.
C . The parties agree that the abatement and demolition grand total as specified
in the Contractor's bid (and the Not-to-Exceed amount in this contract) of six
thousand , nine hundred and ninety dollars ($6,990.00) shall be the whole of
compensation for all of the services specified in this contract. In the event of
a discrepancy between any unit price and the contract grand total or not-to-
exceed price , the grand total or not-to-exceed price shall prevail. In no event
will compensation be greater than the not-to-exceed amount described
herein.
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 22 of 24
MIDWEST WRECKING COMPANY OF TEXAS, INC. -2711 GUENTHER AVENUE PROJECT
D. Quantities identified in the Invitation to Bid were estimated quantities only .
Prior to submitting a bid , as noted in the Invitation to Bid , the Contractor was
responsible for verifying all quantities upon which the Contractor's bid was
based. The Contractor was to rely exclusively upon its own estimates ,
investigation , research , tests , and other data necessary to supply the full and
complete information upon which the Contractor's bid was based . It is
mutually agreed that submission of a bid is prima-facie evidence that the
Contractor has made all of the investigations , examinations , and tests
required to make a fully informed offer.
E. By executing this contract , the Contractor affirms and agrees that the
Contractor has had the opportunity and duty to confirm all quantities prior to
submitting a bid , and Contractor expressly waives any and all right to
additional compensation other than the contract grand total as a result of any
discrepancy between the quantities encountered and the estimated quantities
in the Invitation to Bid and bid documents.
F. The parties intend and agree that any change order or modification to th is
contract will be in the case of only the most extraordinary of circumstances .
Any claims for additional compensation based upon variations between
conditions actually encountered in this project and conditions as indicated in
the Contract Documents will not be allowed. Any claims for additional
compensation proposed by Contractor will be examined by the City in
consideration of the terms described herein and the Contractors request for
additional compensation must clearly show why the variation was not
identifiable prior to the Contractor submitting its bid . As used in th is contract ,
"not identifiable " means that the Contractor a) performed all investigation ,
research , tests , and other data collection necessary to accurately determine
quantities , and b) no reasonably possible investigation , research , tests , or
other data collection could have identified the variation . The final
determination as to additional compensation will be made at the sole
judgment and discretion of the City .
The remainder of th is page is left blank intentionally.
CONTRACT FOR STRUCTURAL DEMOLITION AND ASBESTOS ABATEMENT -Page 23 of 24
MIDWEST WRECKING COMPA NY OF TEXA S, INC. -2 711 GUENTHER AVENUE PROJECT
SIGNATURE PAGE FOR
CONTRACT FOR STRUCTURAL DEMOLITION
AND REMOVAL , TRANSPORTATION , AND DISPOSAL OF
ASBESTOS CONTAMINATED MATERIALS
2711 Guenther Avenue
IN WITNESS THEREOF , the parties have executed this contract in triplicate in Fort
Worth , Texas , on the dates written below .
CITY OF FORT WORTH
BY:5i,,__.:,4 a
Fernando Costa
Assistant City M~~r /
Date Signed : ~/
Assistant ire or
..
Transport · n and Public Works
APPROVED AS TO FORM
AND LEGALITY:
Arthur N. Bashor
Assistant City Attorney
CONTRACTOR
Midwest Wrecking Company of Texas , Inc.
BY: --------------Brian Choate
President
CORPORA TE SEAL:
--
CONTRACT FOR STRUCTURA L DEMOLITION AND ASBESTOS ABATEMENT -Paa e 24 o f 24
MIDWEST WRECKI NG COMPANY OF TE XAS, INC. -2 711 GUENTHER A VENUE PROJECT OFflCIAL RECORD
CITY SECRETARY
fF 'T. WORTH, TX
COMMENTS/REMARKS
terms and conditions of policy when required by written contract . *When required by
written contract , except 10 days notice f or non -payment of premium
OFREMARK COPYRIGHT 2000, AMS SERVICES INC.
VENDORCOMPLIANCETOSTATELAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to
non-resident bidders . This law provides that, in order to be awarded a contract as low bidder, non-resident
bidders ( out of state contractors whose corporate offices or principal place of business are outside of the
State or Texas) bid projects for construction, improvements, supplies or services in Texas at an amount
lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be
required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which
the non-resident's principal place of business is located. The appropriate blanks in Section A must be
filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The
failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder.
Resident bidders must check the box in Section B.
A. Non-Resident vendors in _______ (give State), our principal place of business, are
required to be percent lower than resident bidders by State law. A copy of
the Statute is attached.
Non-resident vendors in _______ (give State), our principle place of business, are not
required to underbid resident bidders.
B. Our principle place of business or corporate offices are in the State of Texas. ~
Bidder:
Midwest Wrecking Company of Texas, Inc.
P.O. Box 161819
HURST, TEXAS 76161
By : (Please Print)
Signature
Cxo
Title (Please Print)
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended , Contractor certifies that it
provides workers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department of Transportation and City of Fort Worth Project No . .:.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
Midwest Wrecking Company of Texas,
By:_Q _.d-____ _
Name: -----~---} ...... t\_v'\..._C.. ___ \-\-_cA--'--"'¢---
Title: ~o -----------
Date: _ __.\_· 1.:_'6_·_\\~-----
Before me, the undersigned authority, on this day personally appeared
UIAv'\ C~"CE , known to me to be the person whose name is subscribed to the
foregoing instrument, and acknowledged to me that he executed the same as the act and deed
of Midwest Wrecking Company of Texas, Inc. for the purposes and consideration therein
expressed and in the capacity therein stated.
Given Under My Hand and Seal of Office this '2.2 of ~~.20 \l
'
TRACI ROBINSON
1\I Y COMMISSION EXPIRE S
June 22, 201 1
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Industrial Hygiene and
Safety Technology, Inc.
2235 Keller Way
Carrollton, TX 75006
Phone : (972) 478-7415
Fax: (972) 478-7615
http://www.ihst.com
Leaders in
Quality, Service
and Innovation
SPECIFICATIONS
FOR
ASBESTOS ABATEMENT
Prepared for:
City of Fort Worth Texas
Department of Environmental Management
1000 Throckmorton Street
Fort Worth, Texas
Project:
Hideaway Bar
2711 Guenther Avenue North
Fort Worth, Texas
DATE: January 19, 2011
Specifications Prepared by:
)(~ I( fl,,a.,/ ;tr"
Tracy K. Bramlett, CIH, CSP
TDSHS LICENSE #10-5040
Expiration: 12/31/11
Prepared by:
Industrial Hygiene & Safety Technology, Inc.
2235 Keller Way
Carrollton, Texas 75006
972-478-7415
TABLE OF CONTENTS
Asbestos Abatement Specifications
Hideaway Bar
2711 Guenther Avenue North
Fort Worth, Texas
1.1. SUMMARY OF THE WORK ............................................................................................................................... l
1.1.1. CONTRACT DOCUMENTS AND RELATED REQUIREMENTS : ....................................................... l
1.1.2. EXTENT OF WORK: .................................................................................................................................. 1
1.1.4. CONTRACTORS USE OF PREMISES : .................................................................................................. 3
1.2. DIFFERING SITE CONDITIONS: ....................................................................................................................... 3
1.3. STOP ASBESTOS REMOVAL: ........................................................................................................................... 3
1.4 . CODES AND REGULATIONS: .......................................................................................................................... .4
1.4.1 . GENERAL APPLICABILITY OF CODES , REGULATIONS AND STANDARDS: ............................ .4
1.4.2. CONTRACTOR RESPONSIBILITY: ........................................................................................................ 4
1.4 .3. STATE REQUIREMENTS : ........................................................................................................................ 4
1.4.4. LOCAL REQUIREMENTS : ........................................................................................................................ 4
1.4.5. NOTICES: .................................................................................................................................................... 4
1.4.6. PERMITS: .................................................................................................................................................... 5
1.4.8. POSTING AND FILING OF REGULATIONS: ........................................................................................ 5
1.5 . PROJECT COORDINATION: .............................................................................................................................. 5
1.5.1. PERSONNEL: ............................................................................................................................................. 5
1.6 . RESPIRATORY PROTECTION : ......................................................................................................................... 5
1.6.1. GENERAL: ................................................................................................................................................... 5
1.6.2. RESPIRATORS FOR ABATEMENT OPERATIONS: ........................................................................... 6
1.7 . WORKE RPROTECTION: ................................................................................................................................... 6
1.7.1. TRAINING PRIOR TO ENGAGING IN ABATEMENTWORK: ............................................................ 6
1.7.2. MEDICAL EXAMINATIONS : ..................................................................................................................... 6
1.7 .3. PROTECTIVE CLOTHING: ....................................................................................................................... 7
1.7.4. ENTERING AND EXITING PROCEDURES: .......................................................................................... 7
1. 7 .5. DE CONT AMI NATION PROCEDURES: .................................................................................................. 7
1.7.6 . LIMITATIONS WITHIN WORK AREA : .................................................................................................... 8
1.8. DECONTAMINATION FACILITIES: ................................................................................................................. 8
1.8 .1. DESCRIPTION: ........................................................................................................................................... 8
1.8.2. GENERAL REQUIREMENTS : .................................................................................................................. 8
1.8 .3. TEMPORARY UTILITIES TO PDF AND EDF : ....................................................................................... 9
1.8.4. DECONTAMINATION FACILITIES (DF): ................................................................................................ 9
1.9. NEGATIVE PRESS URE FILTRATION SYSTEMS: .......................................................................................... 9
1.9.2 . PRESSURE DIFFERENTIAL: ................................................................................................................... 9
1.9 .3 . MONITORING: .......................................................................................................................................... 10
1.9 .4. TESTING THE SYSTEM : ........................................................................................................................ 10
1.9 .5. DEMONSTRATION OF NEGATIVE AIR SYSTEM OPERATION : ................................................... 10
1.9 .6 . USE OF SYSTEM DURING ABATEMENT OPERATIONS: .............................................................. 10
1.9 .7. DISMANTLING THE SYSTEM : .............................................................................................................. 10
1.10 . CONTAINMENT BARRIERS AND COVERINGS OF WORK AREA: ........................................................ 11
1.10.1 . GENERAL: ............................................................................................................................................... 11
1.10.2. PREPARATION PRIOR TO SEALING OFF : ..................................................................................... 11
1.10.3. CONTROL ACCESS TO WORK AREA: ............................................................................................. 11
1.10.4. CRITICAL BARRIERS : .......................................................................................................................... 11
1.10.5 . PRIMARY BARRIERS : .......................................................................................................................... 11
1.10.6. EXTENSION OF WORK AREA : ........................................................................................................... 12
1.10.7 . SECONDARY BARRIERS: ................................................................................................................... 12
1.11. MONITORING, INSPECTION AN D TESTING: ............................................................................................ 12
1.11.1 . GENERAL: ............................................................................................................................................... 12
1.11.2. OUTLINE SCOPE OF SERVICES OF THE OWNER'S CONSULTANT: ...................................... 13
1.11.3. MONITORING , INSPECTION AND TESTING BY ABATEMENT CONTRACTOR: ..................... 14
1.11.4. ANALYSIS : .............................................................................................................................................. 14
2.1. PREABATEMENT ACTIVITIES: ..................................................................................................................... 14
2 .1.1. PREABATEMENTMEETING: ................................................................................................................ 14
2.1.2 . PREABATEMENT INSPECTION AND PREPARATIONS: ................................................................ 15
2.1 .3. PREABATEMENT CONSTRUCTION AND OPERATIONS : .............................................................. 15
2.2. REMOVAL OF ACM AND ACE: ...................................................................................................................... 16
2 .2 .1. WETTING MATERIALS: .......................................................................................................................... 16
2 .2 .2. SITE PREPARATION : ............................................................................................................................. 16
2.2 .3. PERSONAL PROTECTION : ................................................................................................................... 16
2.2.4. THERMAL SYSTEM INSULATION: ...................................................................................................... 16
2.2 .6 WALL AND CEILING TEXTURE ............................................................................................................. 20
2.3. DISPOSAL OF ACM AND ACE WASTE MATERIAL: .................................................................................. 21
2 .3.1. GENERAL: ................................................................................................................................................. 21
2 .3.2 . PROCEDURES : ........................................................................................................................................ 22
2.4. PROJECT DECONTAMINATION : ................................................................................................................... 22
2 .4 .1. GENERAL: ................................................................................................................................................. 22
2 .4 .2 . WORK AREA CLEARANCE: .................................................................................................................. 22
2.4.3 . WORK DESCRIPTION: ........................................................................................................................... 22
2.4.4. PRE-DECONTAMINATION CONDITIONS: ......................................................................................... 22
2.4.5. FIRST CLEANING : ................................................................................................................................... 23
2 .4 .6 . SECOND CLEANING : ............................................................................................................................. 23
2.4.7 . PRE-CLEARANCE INSPECTION AND TESTING: ............................................................................. 23
2.4.8 . LOCK-BACK ENCAPSULATION: .......................................................................................................... 23
2.5. FINAL AIR CLEARANCE TESTING ............................................................................................................... 23
2 .5.1 . GENERAL: ................................................................................................................................................. 23
2 .5.2. FINAL TESTING : ...................................................................................................................................... 23
2 .5.3. FINAL TESTING PROCEDURES: ......................................................................................................... 24
2.5.4. SCHEDULE OF AIR SAMPLES WITH PCM : ....................................................................................... 24
2.5.5. LABORATORY TESTING FOR PCM : ................................................................................................... 25
2.5.7 . FINAL AIR TESTING REQUIREMENTS: ............................................................................................. 25
2.6. ABATEMENT CLOSEOUT AN D CERTIFICATE OF COMPLIANCE: ......................................................... 25
2.6 .1. COMPLETION OF ABATEMENT WORK: ............................................................................................ 25
2.6 .2. CERTIFICATE OF COMPLETION BY CONTRACTORS : .................................................................. 26
Appendix A ............................................................................................................................................................. 27
Attachments ........................................................................................................................................................... 27
CERTIFICATE OF COMPLETION ....................................................................................................................... 1
Appendix 8 ............................................................................................................................................................... 2
Appendix A: Attachments
Appendix B: Specification Drawings
ASBESTOS REMOVAL
PART 1 -GENERAL SECTION, ASBESTOS REMOVAL SPECIFICATIONS
1.1. SUMMARY OF THE WORK
1.1.1. CONTRACT DOCUMENTS AND RELATED REQUIREMENTS:
General provisions of the contract, including general and supplementary conditions, apply to the
work of this section. The contract documents show the work of the contract and related re-
quirements and conditions impacting the project. Related requirements and conditions include
applicable codes and regulations, notices and permits , existing site conditions and restrictions
on use of the site , requirements for partial owner occupancy during work, coordination with
other work and phasing of work. Whenever there is a conflict or overlap of the above refer-
ences , the more stringent provisions apply.
1.1.2. EXTENT OF WORK:
A brief summary of the extent of the work and non-binding to the contract documents is as fol-
lows:
BASE BID:
Removal and disposal of asbestos-containing materials (ACM) and asbestos-contaminated
elements (ACE) utilizing wet methods within full, negative-pressure containments equipped with
HEPA ventilation from specified areas of the buildings . The following asbestos-containing ma-
terials (ACM) will be removed at the property where applicable.
27 1 1 Guen t her Avenue North , Fort Worth , Texas
Light ceiling texture Northern portion of -400 SF
and joint compound main room
Popcorn ceiling tex-Main room, south -500 SF
ture side and restrooms
Heavy wall texture Restrooms -350 SF
and joint compound
The Work Area will be inclusive of the locations and the quantities noted above , in the attached
drawings, and as directed by a representative of IHST. The Work may be broken down into
multiple Work Areas at the discretion of the Contractor. However, the Contractor will receive no
additional time to perform the work on the basis of having multiple Work Areas and associated
Cleaning Sequences.
The Contractor will be responsible for the removal and disposal of the asbestos-containing ma-
terial and asbestos-contaminated materials in accordance with Texas Department of State
Health Services (TDSHS), OSHA 29 CFR 1926.1101 , Asbestos Hazard Emergency Response
Act (AHERA) 40 CFR Part 763 , and the National Emission Standards for Hazardous Air Pollut-
ants (NESHAP) Regulations 40 CFR Part 61 .
)/~ I<. ffaa.,(a DSHS License 10-5040 Expires 12-31-0911
Page 1
ASBESTOS REMOVAL
The CONTRACTOR shall be responsible for verifying existing site conditions and determining
the quantity of ACM delineated for removal prior to abatement described in these specifications
and associated drawings.
1.1.3. TASKS:
The work, located at the facility, is summarized briefly as follows :
The PROJECT requires the removal of the materials outlined in Section 1.1 .2. The asbestos
abatement will be performed in accordance with these specifications and procedures as out-
lined.
Power and Water Connections: The Contractor will supply water and power for this project.
Asbestos Removal within full Containment: The Contractor will use wet methods for all re-
moval operations. The Contractor is responsible for prompt clean-up and disposal of waste and
debris contaminated with asbestos in leak tight containers . The Contractor will conduct a wet
decontamination of equipment and tools before final clearance sampling in the work area .
The Contractor will use the existing interior walls and will have to build a false ceiling above the
plaster lathe which will be removed to provide structural support for an asbestos containment
work area provided the containment remains sound and is not in danger of collapse. The Con-
tractor should make every effort not to damage the interior walls of the building during the pro-
ject.
The Contractor will establish critical barriers over all openings into the work area . ACM debris
should be adequately wetted prior to establishing perimeter critical barriers
The full containment design must be structurally sound so that it will not collapse under negative
pressure and work conditions. A structurally unsound containment design will not be ac-
cepted. The full containment design will consist of one (1) layer of 6-mil polyethylene sheeting
for all critical barriers, floors and walls.
Two layers of polyethylene sheeting will be required on walls and floors not affected by the
abatement. Polyethylene sheeting shall meet the requirements in accordance with current
TDSHS rules. The Contractor must establish negative air into the containment and maintain a
pressure differential of -0.02 inches of water as indicated by a working manometer.
After the ACM has been removed and the work area cleaned, a detailed visual clearance in-
spection will be conducted to determine if ACM or asbestos-contaminated elements (ACE) re-
main prior to final clearance and work completion. OSHA personnel and area monitoring will be
conducted with analysis by (PCM). Final air clearance sampling will be conducted utilizing
PCM.
)/~I( ~fr DSHS License 10-5040 Expires 12-31-11
Page 2
ASBESTOS REMOVAL
Respiratory protection will require half-face , air-purifying respirators (APR) with NIOSH-
approved P-100 (HEPA) cartridges during removal.
The CONTRACTOR is responsible to verify site conditions and estimated quantities of
ACM to be removed.
1.1.4. CONTRACTORS USE OF PREMISES:
Cooperate fully with the Owner's Representative to minimize conflicts and to facilitate Owner's
safe and smooth usage of buildings. Perform the work in accordance with specifications, draw-
ings , and phasing plan.
Use existing facilities in building strictly within the limits shown in contract documents and the
approved pre-abatement plan of action. Several of the structures have asbestos containing ma-
terials in the flashing around roof penetrations. The Contractor will not be required to remove
the flashing on the structures.
1.2. DIFFERING SITE CONDITIONS:
The quantities and location of ACM indicated on the drawings and the extent of work included in
this section are only best estimates which can be limited by the physical constraints imposed by
structural enclosures or by occupancy of the building . The CONTRACTOR is responsible to
verify site conditions and estimated quantities of ACM to be removed and determining
the quantity of ACM delineated for removal prior to abatement described in these specifi-
cations and associated drawings. The Contractor by placing a bid for this project agrees
with all quantity estimates and there bid reflects there price to remove all of the material
at all of the structures as identified in these specifications.
1.3. STOP ASBESTOS REMOVAL:
If the Owner's Representative presents a written Stop Asbestos Removal Order, immediately
stop all asbestos removal and initiate fiber reduction activities. Do not resume asbestos removal
until authorized in writing by Owner's Representative. A Stop Asbestos Removal Order will be
issued at any time the Owner or Owner's Representative determines abatement conditions are
not within specifications requirements.
Stoppage will continue until conditions have been corrected. Standby time and cost required for
corrective action is at Contractor's expense . The occurrence of the following events will be re-
ported 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 flee or greater).
B. Break in containment barriers.
C. Loss of negative air pressure (at or above 0.01 inches of water)
D. Serious injury within the containment area.
)/,14~1.J<. ~If DSHS License 10-5040 Expires 12 -31-0911
Page 3
ASBESTOS REMOVAL
E. Fire and safety emergency
F. Respiratory system failure.
G. Power failure .
H. Excessive a irborne fibers ins ide containment area (0 .1 flee or greater when wet methods
are employed).
1.4. CODES AND REGULATIONS:
1.4.1. GENERAL APPLICABILITY OF CODES, REGULATIONS AND STANDARDS:
Except to the extent that more explicit or more stringent requirements are written directly into
the contract documents, all applicable codes , regulations , and standards have the same force
and effect (and are made a part of the contract documents by reference) as if copied directly
into the contract documents , or as if published copies are bound herewith.
1.4.2. CONTRACTOR RESPONSIBILITY:
The Asbestos Abatement Contractor will assume full responsibility and liability for the compli-
ance with all applicable federal , state , and local regulations pertaining to work practices , hauling
and disposal of ACM and ACE, and protection of workers , visitors to the site , and persons oc-
cupying areas adjacent to the site. Contractor is responsible for providing medical examinations
and maintaining med ical records of personnel as required by the applicable federal , state , and
local regulations . Contractor will hold the Owner and Consultants harmless for failure to comply
with any applicable work , hauling, disposal , safety, health or other on the part of himself, his
employees , or his subcontractors . Contractor incurs all costs to comply with OSHA regulations .
The Abatement Contractor will determine the applicability of any process patents he/she may be
employing and be responsible for paying any fees, royalties or licenses that may be required for
the use of patented processes.
1.4.3. STATE REQUIREMENTS:
State requirements which govern asbestos abatement work or hauling and disposal of asbestos
waste materials include but are not limited to the following :
Texas Department of State Health Services , Texas Asbestos Health Protection Act , as
amended , Chapter 1954 , Texas Occupations Code, effective June 1, 2003 , formerly Texas Civil
Statutes , Article 4477-3a.
1.4.4. LOCAL REQUIREMENTS:
The Contractor is responsible to comply with all applicable local requirements regarding asbes-
tos abatement activities .
1.4.5. NOTICES:
STATE OF TEXAS, TEXAS DEPARTMENT OF STATE HEALTH SERVICES
Send Written Notification as required by the State of Texas .Texas Asbestos Health Protection
Act, as amended, Chapter 1954 , Texas Occupations Code , effective June 1, 2003, formerly
Texas Civil Statutes , Article 4477-3a . Send at least 10 working days prior to asbestos abate-
ment activities to the following address:
Page4
ASBESTOS REMOVAL
Texas Department of State Health Services
Toxic Substances Control Division
Asbestos Programs Branch
P.O. Box 143538
Austin, Texas 78714-3538
512-834-6600 or 1-800-5 72-5548
The notifications must be completely filled out. In the event that a section is not applicable to
the project , the section must be marked as not applicable.
Copies of the Texas Department of State Health Services and other notifications will be submit-
ted to the Owner for the facility's records in the same time frame that notification is given to
EPA , state , and local authorities. In the event of a change in the starting date the Contractor will
notify regulatory agencies in accordance with the Texas Department of State Health Services
(Texas Civil Statutes, Article 4477-3a, Section 12) asbestos regulations .
1.4.6. PERMITS:
The Contractor will be responsible for any permits .
1.4.7. LICENSES:
Maintain current licenses as required by the Texas Department of State Health Services Rules
as adopted under Texas Civil Statutes , Article 44 77-3a , Section 12 for the removal , transporting ,
disposal or other regulated activity relative to the work of this contract.
1.4.8. POSTING AND FILING OF REGULATIONS:
Maintain two (2) copies of applicable federal, state and location regulations. Post one copy of
each at the job site where workers will have ready, easy and daily exposure to the text. Keep
on file in Contractor's office one copy of each .
1.5. PROJECT COORDINATION:
Minimum administrative and supervisory requirements necessary for coordination of work on the
project are personnel , contingency arrangements and security.
1.5.1. PERSONNEL:
Administrative and Supervisory Personnel: will consist of a qualified general superintendent,
and appropriate number of qualified or competent foremen to complete abatement within con-
tract time.
Non-Supervisory Personnel: An adequate number of qualified personnel will be able to meet
the schedule requirements of the project.
1.6. RESPIRATORY PROTECTION:
1.6.1. GENERAL:
Provide respiratory protection in accordance with these specifications, the OSHA regulations 29
CFR 1910.1001 , 29 CFR 1910 .134 and 29 CFR 1926.1101, EPA regulations 40 CFR 763.120,
Page 5
ASBESTOS REMOVAL
121, ANSI standards Z88.2-1980, CGS Pamphlet G-7 and specification G-7.1, the NIOSH and
MSHA standards and the Texas Department of State Health Services Protection Rules. In case
of conflict, the most stringent requirements are applicable for this project.
1.6.2. RESPIRATORS FOR ABATEMENT OPERATIONS:
Where a person is or could reasonably be expected to be exposed during abatement operations
to airborne asbestos above 0.1 flee or where ACM debris is visible, the following maximum level
of respiratory protection is required:
If it is reasonably anticipated that fiber counts generated during abatement will
not exceed the protection factor of a half-face respirator, and this can be verified
by on-site fiber counts, a half-face respirator may be used. If verification cannot
be made, a full face PAPR must be used. PAPR must be used for friable surfac-
ing or thermal system insulation removal until fiber counts are confirmed consis-
tently below the PEL and STEL.
Head coverings: PAPR respirators will be equipped with full facepieces . Full facepieces will be
worn with either a bonnet-type disposable head cover/hood or with a full head cover/hood which
is part of a fully encapsulating protective garment. Respirator straps will be located under the
hoods. This allows removal of the head covering prior to showering without disturbing the respi-
rator (which is worn into the shower).
Exemptions from maximum respiratory protection during abatement operations: When the
abatement contractor has demonstrated to the Owner's satisfaction that levels of airborne as-
bestos fibers in the work area are consistently below 0.1 flee, a full facepiece or half face respi-
rator with HEPA cartridges may be used. The Certified Industrial Hygienist will determine if a
lesser form of respiratory protection may be used.
1.7. WORKER PROTECTION:
1.7.1. TRAINING PRIOR TO ENGAGING IN ABATEMENT WORK:
Train workers in accordance with OSHA 29 CFR 1926.1101 and the Texas Asbestos Health
Protection Rules and this section. Workers will be trained and be knowledgeable on the follow-
ing topics: Methods of recognizing ACM; health effects of asbestos exposure; effects of smok-
ing and asbestos exposure; activities that could result in hazardous exposures; protective con-
trols, practices and procedures to minimize exposure including engineering controls, work prac-
tices , respirators, housekeeping procedures, hygiene facilities, protective clothing, decontamina-
tion procedures, emergency procedures and waste transportation and disposal; review OSHA
29 CFR 1910.134 for respirators; medical surveillance program; review OSHA 29 CFR
1926.1101, and for air monitoring, personnel and area; review this section of the project specifi-
cations.
1.7.2. MEDICAL EXAMINATIONS:
Provide medical examinations for all workers and any other employee entering the work area
per OSHA 29 CFR 1926.1101 regardless of exposure levels.
Page 6
ASBESTOS REMOVAL
1.7.3. PROTECTIVE CLOTHING:
Provide boots, safety glasses and gloves for all workers. Equipment will meet OSHA require-
ments for personal protection . Provide all persons entering the work area with disposable full
body coveralls, disposable head covers and rubber boots.
1. 7.4. ENTERING AND EXITING PROCEDURES:
Provide worker protection per most stringent appl icable requirements . Provide as a minimum
the following :
Ensure that each time workers enter the work area, they remove all street clothes in the chang-
ing room of the personnel decontamination unit and put on new disposable coveralls, new head
covers, and clean respirators , then proceed through shower room to equipment room, and put
on work boots .
1. 7.5. DECONTAMINATION PROCEDURES:
Require all workers to adhere to the following personal decontamination procedures whenever
they leave the work area of a full decontamination unit:
Three-stage Wet Decontamination :
Require that all workers use the following decontamination procedure as a minimum require-
ment whenever leaving the work area:
1. When exiting work area, remove disposable coveralls, and all other clothes disposable
head covers , and disposable footwear covers or boots in the equipment room.
2. Still wearing respirators, and completely naked proceed to showers . Showering is man-
datory. Care must be taken to follow reasonable procedures in removing the respirator
to avoid asbestos fibers while showering. The following procedure is required as a
minimum:
a. Thoroughly wet body including hair and face. If using a Powered Air-Purifying Respi-
rator (PAPR) hold blower unit above head to keep canisters dry.
b. With respirator still in place thoroughly wash body , hair, respirator face piece , and all
parts of the respirator except the blower unit and battery pack on a PAPR. Pay par-
ticular attention to clean seal between face and respirator and under straps.
c . Take a deep breath, hold it and/or exhale slowly , completely wet hair, face , and respi-
rator. While still holding breath, remove respirator and hold it away from face before
starting to breath.
3. Carefully wash facepiece of respirator inside and out. If using PAPR , shut down in the
following sequence, first cap inlets to filter cartridges , then turn off blower unit (this se-
quence will help keep debris which has collected on the inlet side of filter from dislodging
and contaminating the outside of the unit). Thoroughly wash blower unit and hoses .
Carefully wash battery pack with wet rag. Be extremely cautions of getting water in bat-
tery pack as this will short out and destroy battery.
4. Shower completely with soap and water. Rinse thoroughly.
5. Rinse shower room walls and floor prior to exit.
6 . Proceed from shower to Changing Room and change into street clothes or into new dis-
posable work items .
Page7
ASBESTOS REMOVAL
Air Purifying-Negative Pressure Respirators:
Require that all workers use the following decontamination procedure as a minimum require-
ment whenever leaving the work area with a full face cartridge type respirator:
1. When exiting area, remove disposable coveralls, and all other clothes disposable head-
covers, and disposable footwear covers or boots in the equipment room .
2. Still wearing respirators and completely naked , proceed to showers. Showering is man-
datory . Care must be taken to follow reasonable procedures in removing the respirator
and filters to avoid asbestos filters while showering. The following procedure is required
as a minimum :
a. Thoroughly wet body from neck down.
Wet hair as thoroughly as possible without wetting the respirator filter if using an air
purifying type respirator.
b. Take a deep breath, hold it and/or exhale slowly, complete wetting of hair, thoroughly
wetting face, respirator and filter (air purifying respirator). While still holding breath ,
remove respirator and hold it away from face before starting to breath.
3. Dispose of wet filters from air purifying respirator.
4. Carefully wash facepiece of respirator inside and out.
5. Shower completely with soap and water. Rinse thoroughly.
6 . Rinse shower room walls and floor prior to exit.
7. Proceed from shower to Changing Room and change into street clothes or into new
disposable work items.
1.7.6. LIMITATIONS WITHIN WORK AREA:
Ensure that workers do not eat, drink, smoke, chew gum or tobacco, or in any way break the
protection of the respiratory protection system in the work area .
1.8. DECONTAMINATION FACILITIES:
1.8.1. DESCRIPTION:
Provide each work area with separate personnel decontamination facility (PDF) and equipment
decontamination facility (EDF). Ensure that the PDF is the only means of ingress and egress
for the work area and that all equipment, bagged waste material and other material exit the work
area only through the EDF or the PDF.
1.8.2. GENERAL REQUIREMENTS:
All persons entering and exiting the work area will follow the entry and exit procedures required
by the applicable regulations and these specifications. Process all equipment and material exit-
ing the work area through the EDF or PDF and decontaminate as required by the specifications .
Construct walls and ceilings of PDF and EDF airtight with at least 6 mil polyethylene sheeting
and attach to existing building components or to a temporary framework. The EDF and PDF
may be combined if the size of the work area will not permit both.
Use a minimum of two layers of 6-mil opaque polyethylene to cover floor under PDF . Construct
doors from overlapping polyethylene sheets so that they overlap adjacent surfaces. Weight
sheets at bottom so that they quickly close after release. Put arrows on sheets showing direc-
tion of overlap and travel.
Page 8
ASBESTOS REMOVAL
1.8.3. TEMPORARY UTILITIES TO PDF AND EDF:
Provide temporary water service connection to the PDF and the EDF. Provide backflow protec-
tion at the point of connection to the Owner's system.
Water supply must be properly pressured and temperature balanced at shower discharge . Pro-
vide adequate temporary electric power with ground fault protection and overhead wiring
throughout the PDF and the EDF. Provide a sub-panel for all temporary power in changing
room.
Provide adequate lighting to reach 50 foot candles throughout PDF and EDF.
Provide temporary heat to maintain 70°F throughout the PDF and EDF except that the shower
of the PDF will be maintained at 75°F.
1.8.4. DECONTAMINATION FACILITIES (DF):
Provide a PDF consisting of serial arrangement of clean room, showers room and equipment
room. Provide adequately sized DF to accommodate the number of employees scheduled for
the project. The center chamber of the three chamber DF will be fitted with as many portable
walk through shower stalls as necessary so that all employees will be able to go through the en-
tire decontamination procedure within 15 minutes . Construct DF of opaque or colored polyethyl-
ene for privacy. Construct DF so that it will not allow for parallel routes of exit without shower-
ing.
1.9. NEGATIVE PRESSURE FILTRATION SYSTEMS:
The Asbestos Abatement Contractor will provide enough HEPA-filtered negative air units to
completely exchange the work air four (4) times per hour. Contractor will demonstrate the num-
ber of units needed per work area for 4 room air changes by calculating the volume flow rate
(cfm) delivered by each unit under 2" pressure drop across filters. Provide at least one standby
unit in the event of a machine failure or emergency such as contamination in surrounding non-
work area. When a pressure differential system is selected provide enough HEPA filtration units
to filter and recirculate the air in the work area at a rate of four ( 4) room air changes per hour.
1.9.2. PRESSURE DIFFERENTIAL:
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.
Page 9
ASBESTOS REMOVAL
1.9.3. MONITORING:
Continuously monitor and record the pressure differential between the work area and the build-
ing outside of the work area with a monitoring device incorporating a strip chart recorder. Make
the strip chart record part of the project log.
1.9.4. TESTING THE SYSTEM:
Test negative-pressure system before any ACM is wetted or removed. After the work area has
been prepared, the decontamination facility set up, and the exhaust unit(s) installed , start the
unit(s) (one at a time). Demonstrate operation and testing of negative-pressure system to the
Owner's Representative.
1.9.5. DEMONSTRATION OF NEGATIVE AIR SYSTEM OPERATION:
Demonstrate the operation of the negative-pressure system to the Owner's Representative to
include, but not be limited to, the following:
1. Demonstrate pressure differential system will maintain -0.02" of water.
2. Emergency shutoff will operate in case of fire.
1.9.6. USE OF SYSTEM DURING ABATEMENT OPERATIONS:
Start exhaust units before beginning work (before any ACM is disturbed). After abatement work
has begun, run units continuously to maintain a constant negative-pressure until decontamina-
tion of the work area is complete. Do not turn off units at the end of the work shift or when
abatement operations temporarily stop .
Do not shut down negative air system during abatement operations procedures, unless author-
ized by the Owner's Representative in writing. The systems may be shut down daily if air moni-
toring in the containment shows airborne levels of less than 0.01 fibers/cc.
Start abatement work at a location farthest from the exhaust units and proceed toward them. If
an electric power failure occurs, immediately stop all removal work and do not resume until
power is restored and all exhaust units are operating again.
At completion of abatement work, allow exhaust units to run as specified under this section, to
remove airborne fibers that may have been generated during abatement work and cleanup and
to purge the work area with clean makeup air. Units may be required to run after decontamina-
tion, if dry or only partially wetted asbestos material was encountered during any abatement
work.
1.9.7. DISMANTLING THE SYSTEM:
When a final inspection and the results of the final air tests indicate that the area has been de-
contaminated , exhaust units may be removed from the work area. Before removal from the
work area, remove and properly dispose of pre-filters, and seal intake to the machine with 6-mil
polyethylene to prevent environmental contamination from the pre-filters.
Page 10
ASBESTOS REMOVAL
1.10. CONTAINMENT BARRIERS AND COVERINGS OF WORK AREA:
1.10.1. GENERAL:
Seal off perimeter of work area to completely isolate abatement areas and to contain all air-
borne asbestos contamination created by abatement work. Cover all surfaces of the work area
to protect them from cross contamination , to facilitate more efficient cleanup, and to protect the
finishes from the asbestos abatement work. Should the area beyond the seal off limits become
contaminated as a consequence of the work, clean those areas in accordance with procedures
described in this section at no additional cost.
1.10.2. PREPARATION PRIOR TO SEALING OFF:
Place all tools, staging, etc. necessary for the work in the area to be isolated prior to erection of
temporary plastic sheeting enclosure. Disable ventilating systems or any other system bringing
air into or out of the work area. Disable system utilizing positive means that will prevent acci-
dental premature restarting of equipment, i.e ., disconnecting wires , removing circuit breakers,
lockable switch, etc.
1.10.3. CONTROL ACCESS TO WORK AREA:
Permit access to the work area only through the OF. All other means of access will be closed
off and sealed and warning signs displayed on the clean side of the sealed access. Where the
work area is immediately adjacent to or within view of occupied areas, provide a visual barrier of
opaque polyethylene sheeting at least 6-mil in thickness so that the work procedures are not
visible to building occupants. Where the area adjacent to the work area is accessible to the
public , construct a barrier of plywood or other suitable material at least eight feet (8') in height
that is able to withstand the negative pressure as specified .
Post warning signs at each visual and physical barrier per OSHA requirements. Alternate
method of containing the work area or different definition of the limits of seal-off from the one
shown on the drawings may be submitted to the Owner's Representative for approval in accor-
dance with this section. Do not proceed with any such alternatives without prior written approval
by the Owner's.
1.10.4. CRITICAL BARRIERS:
Completely separate the work area from other portions of the building, and the outside by sheet
polyethylene barriers at least 6 mil in thickness and sealing with duct tape. Individually seal all
ventilation openings (supply and exhaust), lighting fixtures, doorways, windows, and other open-
ings into the work area with duct tape alone and with polyethylene sheeting at least 6-mil in
thickness , taped securely in place with duct tape. Maintain seal until all work including project
decontamination is completed. Take care in sealing off lighting fixtures to avoid melting or burn-
ing of sheeting. Provide sheet plastic barriers at least 6-mil in thickness as required to com-
pletely seal openings from the work area into adjacent areas. Seal the perimeter of all sheet
plastic barriers with duct tape or spray cement.
1.10.5. PRIMARY BARRIERS:
The primary barrier of the full containment walls will consist of a minimum of Primary barriers for
full containment shall consist of two (2) layers of minimum 4-mil polyethylene sheeting for the
Page 11
ASBESTOS REMOVAL
walls securely anchored from the floors to the ceiling . The containment for the removal of the li-
noleum flooring will require a minimum 4-mil polyethylene sheeting for the ceiling. Polyethylene
sheeting shall meet ASTM requirements in accordance with TDSHS regulations. Visible open-
ings observed along the perimeter walls and the ceiling shall be completely sealed polyethylene
sheeting and the wall corners of the containment should be attached with an overlap of at least
twelve inches. The primary barrier construction should form an airtight, impermeable, perma-
nent barrier around the ACM and ACM debris to contain the release of asbestos fibers into the
air.
1.10.6. EXTENSION OF WORK AREA:
If the enclosure barrier is breached in any manner that could allow the passage of asbestos de-
bris or airborne fibers, then where possible, add affected area to the work area. Enclose it as
required by this Section of the specification and decontaminate it as described elsewhere in this
section . If contaminated area cannot be added to work area, decontamination measures will
start immediately after contamination is discovered and work will stop in work area. Decontami-
nation procedures will continue until exposure returns to background levels.
1.10.7. SECONDARY BARRIERS:
Secondary barriers should be established in areas to separate any non-related work activity
from the abatement containment to prevent dust or debris from potentially contaminating fresh
air (make-up air) into the containment or regulated asbestos removal area .
1.11. MONITORING, INSPECTION AND TESTING:
1.11.1. GENERAL:
Perform throughout abatement work monitoring, inspection and testing inside the work area in
accordance with OSHA requirements and these specifications . I.H . Technician will continuously
inspect and monitor conditions inside the work area to ensure compliance with these specifica-
tions. In addition , the I.H. will personally manage air sample collection, analysis and evaluation
for personnel and work area samples to satisfy OSHA requirements. Additional inspection and
testing requirements are specified in other parts of this section .
The Owner will employ a Certified Industrial Hygienist (C.I.H.) representative to perform various
services on behalf of the Owner. The C.I.H. representative or representative under the direction
of a C .I.H. will perform the necessary monitoring, inspection, testing and other support services
to ensure that the Owner, employees and visitors will not be adversely impacted by the abate-
ment worked, and that the abatement work proceeds in accordance with these specifications,
that the abated areas or abated buildings have been successfully decontaminated. The work of
the C.I.H. representative in no way relieves the abatement Contractor from his responsibility to
perform his work in accordance with contract documents, to perform continuous inspection,
monitoring and testing for the safety of his employees, and to perform other such services as
specified in this section. The cost of the CIH representative and his services will be born by the
Owner except for repeated final inspection and testing that may be required due to unsatisfac-
tory initial results. These repeated final inspections and testing, if required, will be paid for by
the Contractor.
Page 12
ASBESTOS REMOVAL
The Asbestos Abatement Contractor may request confirmation of above results . This request
must be in writing and submitted to the Owner's Representative. Cost for the confirmation of re-
sults will be born by the Contractor for both the collection and analysis of samples and for the
time delay that may result for this confirmation . Confirmation sampling and analysis will be the
responsibility of the Contractor with review and approval by the C.I.H .
1.11.2. OUTLINE SCOPE OF SERVICES OF THE OWNER'S CONSULTANT:
The purpose of the work of the Owner's Representative is to : assure quality , resolve problems ,
and prevent the spread of contamination beyond the work area. In addition, the consultants
work include performance of final inspection and testing to determine whether a space or a
building has been adequately decontaminated . All air monitoring is to be done utilizing PCM
sampling procedures with final clearance to be performed by TEM. The Owner's Representa-
tive will perform the following tasks:
TASK 1: Establish background levels before abatement work will start. This will in-
clude taking background samples (at least 3) and retaining samples for pos-
sible TEM analysis .
TASK 2: Perform continuous air monitoring , inspection and testing outside the work
area during actual abatement work area. In addition , the Owner's Represen-
tative will be required to detect any faults in the work area isolation and any
adverse impact of surroundings from work area activities.
TASK 3: Perform unannounced site visits to spot check overall compliance of work
with contract documents . These visits may include any inspection , monitoring
and testing inside and outside the work area and all aspects of operation ex-
cept personnel monitoring .
TASK 4: Provide support to the Owner such as evaluation of submittals from the
abatement contractor, resolution of unforeseen developments in abatement
work , etc.
TASK 5: Perform final inspection and testing of a decontaminated area or building at
the conclusion of the abatement and cleanup work to certify compliance with
Owner's decontamination standards.
TASK 6: Issue certificate of decontamination for each area or building and a final project
report.
TASK 7: The Owner's Representative will have authority to require building materials to
be removed and disposed of as ACM waste where visible ACM debris is pre-
sent.
All data, inspection results and testing results generated by the Owner's Representative will be
available to the Contractor for information and consideration . Contractor will provide coopera-
tion and support to the Owner's Representative for efficient and smooth performance of their
work.
Monitoring and inspection results of the Owner's Representative will be used by the Owner to
issue any Stop Asbestos Removal Orders to the contractor during abatement work and to ac-
cept or reject an area or a build ing as decontaminated . The Owner's Representative will make
available to the Contractor the plan for sample collection and analysis for continuous monitoring
outside the work areas and the plan of final inspection and testing for each space or building
prior to executing each plan. Plan will include location for samples, name and qualification of
Page 13
ASBESTOS REMOVAL
person taking samples, whether on site analysis and/or lab analysis will be utilized, methodol-
ogy of analysis, lab information and qualifications of on-site analyst.
1.11.3. MONITORING, INSPECTION AND TESTING BY ABATEMENT CONTRACTOR:
The Contractor is responsible for managing all monitoring, inspection and testing required by
these specifications and the OSHA requirements .
The analytical laboratory that will be used by the Contractor to analyze the samples will be AIHA
P.A.T. Accredited and Texas Department of State Health Services Licensed. Keep a daily log
of personnel samples taken and analyzed and make log available to the Owner's Representa-
tive. Log will contain information on the persons sampled, the date of sample collection the time
of sample start and finish, flow rate, sample volume and fibers/cc . Take and analyze personnel
samples for at least 25% of the workers in each shift, but not less than two where active abate-
ment takes place.
1.11.4. ANALYSIS:
Bulk samples (if required) will be analyzed at a laboratory that is Accredited by the National Vol-
untary Laboratory Accreditation Program (NVLAP). Proof of accreditation must be submitted
prior to the project start date. Polarized light microscopy will be used to analyze bulk samples.
Air samples will be analyzed by an individual participating in the American Industrial Hygiene
Association's (AIHA) Proficiency Analytical Testing Program.
In addition to the continuous monitoring required, the Owner's Representative will perform in-
spection and testing at the final stages of abatement for each work area or building as specified
elsewhere in this section.
1.12.5. SUBMITTALS AT COMPLETION OF ABATEMENT:
The Contractor will submit a final project report consisting of the daily log book and the docu-
mentation of events during abatement including the original disposal manifests signed by the
operator of licensed landfill. The project report will include a certificate of completion, dated and
signed by the Contractor. All certificates and original disposal manifests are due to the Owner's
Representative office within 30 (thirty) days after completion of abatement work.
PART 2 -EXECUTION
2.1. PREABATEMENT ACTIVITIES:
2.1.1. PREABATEMENT MEETING:
The Owner's Representative, upon receipt, review and substantial approval of all preabatement
submittals and upon verification that all material and equipment required for the project are on
site, will arrange for a preabatement meeting between the Asbestos Abatement Contractor, su-
perintendent and foremen and the Owner's Representatives. The purpose of the meeting is
discuss any aspects of the submittals needing clarification or amplification and to discuss any
aspects of the project execution and the sequence of operations.
The Asbestos Abatement Contractor and his employees will be prepared to provide any sup-
plemental evidence and information to the Owner's Representative pertaining to any aspects of
Page 14
ASBESTOS REMOVAL
the submittals or the materials and equipment. No abatement work of any kind described in the
following provisions of these specifications will be initiated prior to the preabatement meeting .
2.1.2. PREABA TEMENT INSPECTION AND PREPARATIONS:
Before any work begins on the containment barriers, the contractor will :
1. Conduct a space-by-space inspection with an authorized Owner's Representative, and
prepare a written inventory of all existing damage in those spaces where asbestos re-
moval work will occur. Still or video photography may be used to supplement this written
damage inventory. Documents will be signed and certified as accurate by both parties.
2. Ensure that all furniture , machinery , equipment, curtains drapes , blinds and other mov-
able objects which the contractor is bound to remove from the work area have been re-
moved or protected.
3. Notify the Owner's Representative of systems that need to be shut down as soon as
practical in advance. The Owner's Representative w ill coordinate shutdown with Con-
tractor and Owner's Facility Representative. The Owner's Facility Representative will
perform and monitor shutdown as required by Contractor.
a . Shutdown and seal off all heating, cooling, ventilating or other air handling systems
serving the work area. The environment of the work area will be completely isolated
from all other air flows in the building. Owner's Representative will monitor shut-
down .
b. Shut down all electrical circuits which pose a potential hazard on the job. Exact elec-
trical arrangements will be tailored to the particular space and systems involved. All
electrical circuits will be turned off at the box outside the removal area, not just the
wall switch . Potent ial for electrical shock is a major threat to life in a work area where
large amounts of water will be sprayed on ceilings, conduits , lighting fixtures and
other electrical items. Electrical lines which are used to power work lights and
equipment will conform to all electrical safety standards and will be protected by a
ground fault interrupter. The Asbestos Abatement Contractor will be responsible for
all OSHA lockout/tagout requirements. A copy of the Asbestos Abatement Contrac-
tor's lockout/tagout program must be submitted for review prior to asbestos abate-
ment operations.
2.1.3. PREABA TEMENT CONSTRUCT/ON AND OPERATIONS:
Perform all preparatory work for the first work area in accordance with the approved detailed
work schedule. Execute the preparatory work in accordance with this specification.
Upon completion of all preparatory work , the Owner's Representative will inspect the work and
systems to assure work is in accordance with these Specifications. The Owner's Representa-
tive may require that , upon satisfactory inspection, the Contractor's employees perform all major
aspects of the approved SOP especially on worker protection, respiratory protection, contin-
gency plans, decontamination procedures and monitoring to demonstrate satisfactory operation .
The operating systems for respiratory protection and negative pressure air systems will be
demonstrated for performance .
Upon satisfactory inspection of the installation and systems and satisfactory demonstration of
operations the Owner's Representative will notify the Contractor to proceed with abatement
work.
Page 15
ASBESTOS REMOVAL
2.2. REMOVAL OF ACM AND ACE:
2.2.1. WETTING MATERIALS:
The Asbestos Abatement Contractor will adequately wet and remove all ACM as follows :
1. Spray wetting agent on the asbestos containing materials .
2. After wetting and removal, seal all ACM waste in leaktight two layers of 6-mil polyethyl-
ene while wet. For waste material not fitting into containers without additional breaking,
put material into leaktight wrapping.
3. Label containers and wrapped material using warning labels as specified by OSHA 29
CFR 1910.1001 or 1926.1101 and the NESHAPS regulations.
4. For ACM being transported off the facility site, label ACM waste containers and wrapped
material with the name of the waste generator and the location where the waste was
generated.
2.2.2. SITE PREPARATION:
Erect critical barriers at all doors and windows entering the regulated areas . This project will be
conducted by establishing critical barriers over all openings into the work area . A three stage
wet decontamination unit will be erected for worker entrance and exit into the work area. The
Contractor must establish negative air in the containment and maintain a pressure differential of
-0 .02 inches of water column pressure differential.
2.2.3. PERSONAL PROTECTION:
One (1) layer of disposable clothing air-purifying respirators (PAPR) with NIOSH-approved
HEPA cartridges shall be worn by all personnel during removal of the asbestos-containing ther-
mal system insulation.
Provide boots , safety glasses and gloves for all workers. Equipment will meet OSHA require-
ments for personal protection. Provide all persons entering the work area with disposable full
body coveralls , disposable head covers and rubber boots.
2.2.4. THERMAL SYSTEM INSULATION:
The Contractor may remove the pipe insulation and elbows in a full containment or use a glove
bag. If a glovebag is usued the procedures listed below will be used:
The minimum crew size for a glovebag operation is two: one member performs the actual re-
moval with "hands in the gloves" and the second directs the spray wand at the work. It is rec-
ommended that three people be used. The third helps support the bag , makes sure tools and
suppl ies are readily available , and is on hand in case of emergency. All crew members should
be trained in the use of the glovebag .
The Contractor will erect critical barriers and establish negative air filtration. Rope off work area
and place warning signs. Bring the necessary materials into the work area. Have a HEPA vac-
uum system available at all times. The HEPA vacuum will be used to establish negative air fil-
tration inside of the glove bag.
Page 16
ASBESTOS REMOVAL
Make sure that possible contaminants in the area have been cleaned with the proper methods
before beginning the glovebag procedure to avoid confusion concerning the source of the mate-
rial.
Wrap the adjacent pipe not to be enclosed in the glovebag with 6-mil plastic .
Cover surfaces, such as the floor and walls, near the glovebag removal site with 6-mil plastic.
Disposable clothing and full-face PAPR respirators will be worn be any person performing
glovebag removal. If fiber counts generated during abatement do not exceed the protection fac-
tor of a half-face respirator during glovebag removal of TSI, and this can be verified by on-site
PCM fiber counts, a half-face respirator may be used.
Wrap duct tape around the insulation where the shoulders of the glovebag will be attached.
Put the necessary tools in the pouch of the glovebag. Slit the glovebag as necessary to fit it
over the pipe from which insulation is to be removed.
Attach the glovebag to the previously applied duct tape at the shoulders. Fold the top edge of
the bag between shoulders over on itself about an inch , then staple it about every two inches.
Fold it again and tape the folded edge to the bag. Seal all joints with duct tape.
Prepare the opening for the spray wand. If the manufactured location is not accessible, be sure
to reinforce the bag with duct tape where the slit is to be made. Slit must be covered with rub-
ber septum-like material that will seal after the wand is removed.
Be sure the sprayer and bag are properly supported.
The glovebag will have to have a smoke test to assure that the bag is sealed. Assemble the
tube and bulb. Insert the tube into the slit prepared for the spray wand. Fill the bag with smoke
and gently squeeze. Watch for leaks particularly at seams , joints, comers, and arms. Seal
leaks with duct tape.
Establish negative air filtration of the glovebag before any removal operations take place .
Wet the covering of the insulation, keeping it wet through the entire operation.
Remove any metal covering with the tin snips. Remove the outer covering of the insulation.
This may expose wire that needs to be cut before proceeding. Be sure that sharp edges of
metal and wire are folded inward to avoid puncturing the bag. It may be possible to further pro-
tect the bag by packing insulation, which has already been removed from the pipe and placed at
the bottom of the bag, around sharp edged material.
Remove the insulation. If possible, remove sections as they were installed. Otherwise use the
utility knife and/or the flex saw to cut out the section which is then pried off. Keep the insulation
(especially newly exposed surfaces) wet during the procedure.
As pieces of insulation are removed, lower them carefully to the bottom of the bag.
Using the putty knife and the screwdriver, scrape any remaining residue from the pipe. Rinse
the pipe while scraping. Clean the pipe with the scrub brush.
Page 17
ASBESTOS REMOVAL
Wipe all cleaned surfaces with a wet rag and put the rag in the bottom of the bag.
Rinse and wipe the inside of the glovebag .
Rinse and wipe the tools , then put them in the pouch . Develop a check list to inventory tools in
the glovebag.
Pull one arm out of the glovebag , inverting the glove in the process. With the other hand , place
tools in the inverted glove. Grasp the remaining tools and place them in the other glove as the
second arm is withdrawn .
After the bag has been collapsed and the bottom twisted off, twist the gloves between the tool
and the glovebag and wrap with tape for about four inches starting at the bag . Leave a tab and
cut through the tape.
Either transfer the glove to a new bag (if work is to continue) or open the bag under water and
remove the tools , making sure they are free from debris .
Remove the spray wand and insert the nozzle of the HEPA vacuum in the slit. Turn the vacuum
on and run it long enough to collapse the bag.
Twist the bag and wrap it with duct tape just below the gloves and remove the HEPA vacuum
nozzle.
Glovebags may only be used once and may not be moved .
When the bag is finally to be removed from the pipe, fold the dirty side inward and put it in a 6-
mil disposal bag. Seal the disposal bag.
Inspect the sections of the pipe where the insulation has been removed . Remove any remain-
ing material with a wet rag or the HEPA vacuum . Apply a coat of sealant to the pipe.
Clean up any debris or water on the floor with wet rags and/or the HEPA vacuum .
As in any asbestos related project, the work area should be kept free of debris. Any contamina-
tion should be cleaned up immediately. When the work day is complete , (or as soon as the pro-
ject is complete) the work area should be cleaned using wet methods and/or a HEPA vacuum .
All glovebags should be removed from the pipes at the end of the work day ( or as soon as the
procedures are completed) and placed in double layer 6-mil asbestos disposal bags . Dispose
of waste in accordance with regulations for asbestos waste found in these specifications.
Workers should pass through a complete decontamination facility when exiting the work area .
If the bag develops a leak, stop work inside the bag. Catch the water in a plastic disposal bag.
Lift and move the bag so that water stops running out. Do not "pump" the bag in a way that
would force air out. Twist the bag in the area of the puncture to form a stem , dry the surface
and tape it securely closed. Clean up the contaminated water and debris from the floor immedi-
ately using wet methods and/or the HEPA vacuum. Dispose of the waste properly.
Page 18
ASBESTOS REMOVAL
Alternate removal techniques may be used if approved by the CIH .
2.2.5. FLOOR TILE AND MASTIC:
Those areas normally exposed to heavy foot traffic patterns usually have tiles adhered the tight-
est. As a matter of good practice in starting the tile removal, those sections which receive the
least traffic should be the locations selected for starting the removal of the tile. Since tiles are
normally in a 9" x 9" or 12" x 12" dimension, it should be the goal to remove individual tiles as a
complete unit to the best extent possible .
Start the removal by carefully wedging the wall scraper in the seam of two adjoining tiles and
gradually forcing the edge of one of the tiles up and away from the floor. Do not break off
pieces of the tile but continue to force the balance of the tile up by working the scraper beneath
the tile and exerting both a forward pressure and a twisting action on the blade to promote re-
lease of the tile from the adhesive and the floor.
When the first tile is removed, place it, without breaking into smaller pieces, in the heavy-duty
impermeable waste bag or closed impermeable container which will be used for disposal.
With the removal of the first tile accessibility of the other tiles is improved. Force the wall scraper
under the exposed edge of another tile and continue to exert a prying twisting force to the
scraper as it is moved under the tile until the tile released from the floor. Again , dispose of the
tile, and succeeding tiles, by placing in the heavy-duty bag or closed container without additional
breaking .
Some tiles will release quite easily while others require varying degrees of force. Where the
adhesive is spread heavily or is quite hard, it may prove easier to force the scraper through the
tightly adhered areas by striking the scraper handle with a hammer using blows of moderate
force while maintaining the scraper at a 25° to 30° angle to the floor. Caution: Use safety gog-
gles.
If some areas are encountered where even the technique detailed in the previous paragraph
proves to be inadequate, the removal procedure can be simplified by thoroughly heating the
tile(s) with a hot air blower until the heat penetrates through the tile and softens the adhesive .
Note 1: Handle the hot air blower, tiles, and adhesive carefully to avoid personal bums.
Note 2: Do not handle the heated tiles and adhesive without suitable glove protection for the
hands.
As small areas of subfloor are cleared of tile, the adhesive remaining on the floor must be
scraped up with the 4" hand scraper until only a thin, smooth film remains. In those area where
deposits are heavy or difficult to scrape, the removal can be expedited by heating with the hot
air blower prior to scraping. Deposit scrapings in a heavy-duty impermeable trash bag or closed
impermeable container. Thoroughly spread approved mastic biodegradable cleaner/solvent
onto all mastic with a garden sprayer (Note The solvent used to remove the mastic must have a
flash point of >140 degrees F. Submittals for the solvent must include a Material Safety Data
Sheet. Let the solution stand for at least 15 minutes . Use an industrial buffer with coarse pads
to dislodge the material or a squeegee. Squeegee, or use scrapers to push material into a cen-
Page 19
ASBESTOS REMOVAL
tral location for final mopping and cleanup. Hand-scraping may be done at the Contractor's op-
tion, or as required to completely remove all material.
As indicated in previous paragraphs, tiles should be placed immediately in a waste disposal
bags or closed impermeable container. Do not attempt to break tiles after they are in the bag.
When all tiles, mastic and sorbent material have been removed from the floor and placed in
polyethylene waste bags at least 6-mil thick or closed containers, seal the bags securely for dis-
posal.
"Shot blaster" or "bead blaster" machines will not be allowed to remove the floor tile and mastic .
Alternate removal techniques may be used if approved by the CIH .
2.2.6 WALL AND CEILING TEXTURE AND
The asbestos texture will be kept wet and removed by wet scraping or as intact sheetrock and
ceiling tile sections utilizing hand tools and a low water volume, short distance power diffusing
"Airless" sprayer. The asbestos plaster texture and texture on CMU block will be kept wet and
removed utilizing hand tools and a low water volume, short distance power diffusing "Airless"
sprayer.
The minimum crew size for the operation is three: one member performs the actual removal, the
second directs the spray wand at the work and the third worker collects and contains the wet
ACM debris generated during the work. It is recommended that four workers be utilized in the
procedure . The fourth person provides support during the work, making sure tools and supplies
are readily available, and is on hand in case of emergency . All crew members should be trained
in the use of the wet scraping procedure .
The Contractor will erect critical barriers and establish negative air filtration. Rope off work area
and place warning signs. Bring the necessary materials into the work area. Have a HEPA vac-
uum system available at all times . The HEPA vacuum will be used to remove debris which may
settle in remote areas such as corners , cracks or crevices in the work area.
Make sure visible ACM debris and dust in the area have been wetted with amended water and
cleaned with the proper methods before beginning the procedure to avoid confusion concerning
the source of the material.
Cover floor with a minimum of two layers of 6 mil plastic sheeting if flooring is not being re-
moved , and cover wall surfaces with a minimum of two layers of 4 mil plastic sheeting . The top
polyethylene sheeting layer may be removed as part of the detail cleaning process after gross
removal.
Hard hats, disposable clothing and full-face PAPR respirators will be worn by all persons per-
forming the ACM removal.
Establish negative air filtration in the containment before any removal operations take place.
The containment may be smoke tested to assure the negative pressure inside the containment
is adequately sealed . Assemble the smoke tube and bulb. Generate short bursts of smoke in
Page 20
ASBESTOS REMOVAL
the conta inment particularly at seams , joints and corners and critical barriers . Observe the direc-
tion of the smoke trail. Watch for leaks , and seal any leaks with duct tape.
Wet the plaster and surfacing material adequately to suppress any generation of airborne dust
or debris, keeping it wet throughout the entire operation.
As sections of ACM are removed , keep the material wet and shovel debris carefully into the bot-
tom of a disposal bag .
Wipe all cleaned surfaces with a wet rag and put the rag in the bottom of a 6 mil disposal bag.
Rinse and wipe the inside of the disposal bag.
Clean up any debris or water on the floor with wet rags and/or the HEPA vacuum.
As in any asbestos related project , the work area should be kept free of debris. Any contamina-
tion should be cleaned up immediately . When the work day is complete , (or as soon as the pro-
ject is complete) the work area should be cleaned using wet methods and a HEPA vacuum.
All asbestos material and associated debris should be removed and placed in double layer 6 mil
asbestos disposal bags before the end of the work day. Dispose of waste in accordance with
regulations for asbestos waste found in these specifications.
Workers should pass through a complete three-stage wet decontamination facility prior to exit-
ing the building.
If a disposal bag develops a leak, stop work inside the containment. Catch the water in a plastic
disposal bag. Lift and move the bag so that water stops running out. Do not "pump" the bag in
a way that would force air out. Twist the bag in the area of the puncture to form a stem , dry the
surface and tape it securely closed. Clean up the contaminated water and debris from the floor
immediately using wet methods and the HEPA vacuum . Dispose of the waste properly.
2.3. DISPOSAL OF ACM AND ACE WASTE MATERIAL:
2.3.1. GENERAL:
The Asbestos Abatement Contractor will dispose of friable ACM and debris which is packaged
in accordance with these specifications at the approved landfill. Dispose of non-friable ACM in
accordance with the applicable regulations for friable asbestos. The transporter must be li-
censed in accordance with the Texas Department of State Health Services Asbestos Rules and
Regulations . The truck transporting the waste must have the following noted on the shipping
papers, manifests and trucks:
Hazardous Material Proper Shipping Name: hazardous substance solid , N.O .S.
DOT Hazard Class : Class 9 PG. Ill
Identification Number: NA 2212 (friable waste)
Reportable Quantity: RQ
Page 21
ASBESTOS REMOVAL
Name and Address of Generator
2.3.2. PROCEDURES:
Carefully load containerized waste on sealed trucks for transport. Ensure that unauthorized
persons do not have access to the material outside of the work area. Take bags from the work
area directly through the EDF process to a sealed truck. Double bagged material may be trans-
ported in open trucks only if they are first loaded in sealed drums. Label drums with same warn-
ing labels as bags. Dispose drums as contaminated, do not attempt to empty them for reuse.
Advise the sanitary landfill operator, at least twenty-four hours in advance of transport, of the
quantity of material to be delivered. At the burial site, sealed plastic bags may be carefully
dumped from the truck. If bags are broken or damaged, leave in the truck and decontaminate
entire truck and contents using procedures set forth elsewhere in this section.
2.4. PROJECT DECONTAMINATION:
2.4. 1. GENERAL:
The entire work of project decontamination will be performed under the close supervision and
monitoring of the Owner's Representative.
2.4.2. WORK AREA CLEARANCE:
Air testing and other requirements which must be met before release of Contractor and reoccu-
pancy of the work area are specified elsewhere in this Section. Air Clearance will be performed
utilizing Phase Contrast Microscopy with an airborne level of <0.01 Flee.
2.4.3. WORK DESCRIPTION:
The work of decontamination includes the decontamination floor and air within the work area
and the decontamination and removal of temporary facilities installed prior to abatement work
including Primary and Critical Barrier, Decontamination Facilities (PDF and EDF) and Negative
Pressure Systems.
The work of decontamination includes the cleaning, and decontamination of all surfaces (ceiling,
walls, floor) of the Work Area, or equipment in the Work Area.
2.4.4. PRE-DECONTAMINATION CONDITIONS:
Before decontamination work starts, all ACM and ACE will be removed from the work area and
disposed of along with any gross debris generated by the work.
At the start of work for decontamination, the following will be in place:
1 Critical barrier which forms the sole barrier between the work area and other portions of
the building or the outside.
2. Critical barrier sheeting over lighting fixtures, ventilation openings, doorways, convectors,
speakers and other openings.
Page 22
ASBESTOS REMOVAL
3. Decontamination facilities for personnel and equipment in operating condition and nega-
tive pressure system in operation.
2.4.5. FIRST CLEANING:
The Asbestos Abatement Contractor will carry out a first cleaning of all surfaces of the work
area including items of remaining sheeting , tools , scaffolding and/or staging by use of damp-
cleaning and mopping, and a HEPA filtered vacuum. Do not perform dry dusting or dry sweep-
ing. Use each surface of a cleaning cloth one time only and then dispose of as contaminated
waste . Continue this cleaning until there is no visible debris from removed materials or residue
on plastic sheeting or other surfaces. Remove all filters in air handling system(s) and dispose of
as asbestos containing waste in accordance with requirements of these specifications.
2.4.6. SECOND CLEANING:
If the Asbestos Project Manager is not satisfied with the first cleaning , the Contractor will per-
form a second cleaning inside containment. If the containment fails to pass final air clearance
criteria, the Contractor will perform additional wet cleaning ins ide containment.
2.4. 7. PRE-CLEARANCE INSPECTION AND TESTING:
The Owner's Representative will perform a thorough and detailed visual inspection at the end of
the second cleaning to determine whether there are any signs of visible ACM or dust in the work
area. If the visual inspection is satisfactory , the Contractor will then encapsulate all surfaces in-
side the containment. Final air clearance will be performed in accordance with these Specifica-
tions.
2.4.8. LOCK-BACK ENCAPSULATION:
With the express permission of the Owner's Representative , the Asbestos Abatement Contrac-
tor will perform a lock-back encapsulation of all surfaces from which ACM was removed . Exe-
cute in accordance with provisions specified elsewhere and performance requirements as speci-
fied in Paragraph 2.2 .2 of this Specification . Maintain negative pressure in work area during en-
capsulation work.
2.5. FINAL AIR CLEARANCE TESTING
2.5.1. GENERAL:
The Asbestos Abatement Contractor will notify the Owner's Representative in advance for the
performance of the final visual inspection and testing. The final air clearance will be performed
by the Owner's Representative starting after completion of the encapsulation of the containment
and the material is dry .
2.5.2. FINAL TESTING:
After a satisfactory final visual inspection and encapsulation, The Owner's Representative , will
undertake the final testing . Air samples will be taken and analyzed in accordance with the pro-
cedures for PCM specified elsewhere in this section. If release criteria are not met, the con-
tractor will repeat final cleaning and continue decontamination procedure from that point. Addi-
tional inspection and testing will be at the expense of the Contractor.
Page 23
ASBESTOS REMOVAL
If results of PCM air samples are satisfactory, remove the critical barriers and shut down and
remove HEPA units as specified under Abatement Closeout. Any small quantities of residue
material found upon removal of the plastic sheeting will be removed with a HEPA filtered vac-
uum cleaner and localized isolation. If significant quantities, as determined by the Owner's
Consultant, are found then the entire area affected will be decontaminated as specified herein
for the Final Cleaning .
If release criteria are met the Contractor will perform the abatement closeout and issue the cer-
tificate of compliance in accordance with these specifications.
2.5.3. FINAL TESTING PROCEDURES:
CONTRACTORS RELEASE CRITERIA: Work in an area is complete when the work area is
visually clean and airborne fiber levels have been reduced to less than 0.01 fibers/cc by PCM
analysis .
AIR MONITORING AND FINAL CLEARANCE SAMPLING: To determine if the elevated air-
borne fiber counts encountered during abatement operations have been reduced to the speci-
fied level , the Owner's representative will secure samples and analyze them according to the
following procedures:
1. Fibers Counted: "Fibers" referred to in this section will be either all fibers regardless of
composition as counted in the NIOSH 7400 method , or asbestos fibers of any size as
counted using PCM; and
2.5.4. SCHEDULE OF AIR SAMPLES WITH PCM:
The Owner's Consultant will perform background , perimeter and work area samples during con-
struction and abatement. These samples will be analyzed by PCM .
At least three (3) background samples will be taken before work begins for a baseline meas-
urement. The Owner's Represe ntative will sample at a rate of one sample per 1,000 sq . ft. of
work area with a minimum of two area samples for small containment areas . A minimum of
1,250 liters of air will be collected for all baseline and clearance samples.
From start of actual removal of asbestos-containing materials the Owner will take the following
samples on a daily basis. The number of samples may vary according to site plan and approval
from the CIH.
2-3 PCM 0 .01 1,000 2-15
utside Entrance to De-PCM 0 .01 1,000 2-15
ntamination Facilit
Outside Bag-out Area 1 PCM 0 .01 1,000 2-15
Output Negative PCM 0 .01 1,000 2-15
Page 24
ASBESTOS REMOVAL
Location Sampled Number of Sam-Analytical Method Detection Limit Minimum Vol-Ratell?M
h ,:tt:'' pies Fibers/cc. ume<Uters) % ·-'*•b.
Pressure System
If airborne fiber counts exceed allowed limits, additional samples will be taken as necessary to
monitor fiber levels.
*At a minimum , five (5) samples will be collected per containment area over the duration of work
in that area each day.
2.5.5. LABORATORY TESTING FOR PCM:
The services of a AIHA P.A.T . accredited testing laboratory will be employed by the Owner to
perform PCM analysis of the air samples collected prior to final clearance testing. A technician
will be at the job site, and samples will be analyzed on-site. A complete record, certified by the
testing laboratory, of all air monitoring tests and results will be furnished to the Owner and the
Abatement Contractor. The analytical laboratory must be licensed in accordance with State of
Texas Civil Statutes Article 4477-3a pg. 295.54 in addition to being AIHA PAT. Accredited.
2.5.7. FINAL AIR TESTING REQUIREMENTS:
Final air testing will be performed by Phase Contrast Microscopy (PCM). Final air testing re-
quirements are outlined below:
In each homogeneous work area after completion of all cleaning work , a minimum of three (3)
samples will be taken and analyzed as follows:
PHASE CONTRAST MICROSCOPY CLEARANCE CRITERIA
Location Number of ,,, I"*' Analysis Analytical Sens!-Recommended Rate
Sampled Samples Method tivity Volume ll?M
s/mm2. (Liters)
Each Work Area 3 PCM <0 .005 1,250 <15
Work Area Blank 1 PCM <0 .005 0 Open for 30
Seconds
Outside Blank 1 PCM <0 .005 0 Open for 30
Seconds
Laboratory Blank 1 PCM <0.005 0 Do Not Open
Release Criteria: Decontamination of the work site is complete when every work area
sample is at or below 0.01 FIBERS/CC.
2.6. ABATEMENT CLOSEOUT AND CERTIFICATE OF COMPLIANCE:
2.6.1. COMPLETION OF ABATEMENT WORK:
The asbestos abatement contractor will seal negative air machines with 6 mil polyethylene
sheet and duct tape to form a tight seal at intake end before being moved from work area.
Complete asbestos abatement work upon meeting the work area clearance criteria and fulfilling
the following:
Page 25
ASBESTOS REMOVAL
Remove all equipment, materials , debris from the work site.
Dispose of all asbestos containing waste material as specified elsewhere in this section.
Repair or replace all interior finishes damaged during the course of asbestos abatement
work.
Replace all asbestos containing insulation and other ACM with suitable non-asbestos
material so that facility is fully functional and safe as prior to abatement if required by
these specifications.
Fulfill other project closeout requirements as specified elsewhere in this section.
2.6.2. CERT/FICA TE OF COMPLETION BY CONTRACTORS:
The Contractor will complete and sign a "Certificate of Completion " in accordance with attach-
ment #1 at the completion of the abatement and decontamination of a work area.
Page 26
Appendix A
Attachments
CERT/FICA TE OF COMPLETION
PROJECT: ________________ DATE ______ _
LOCATION: ______________________ _
1. I certify that I have personally inspected, monitored and supervised the abatement work
of
(Specify Work Area or Building)
which took place from _________ to _________ _
(Beginning of Work) (End of Work)
2 . That throughout the work all applicable regulations and the specifications were ob-
served.
3. That any person who entered this area was protected with the appropriate clothing and
respirators systems and that they followed the proper entry and exit procedures and the
proper operation procedures throughout the work.
4. That all employees of the contractor engaged in this work were trained in respiratory pro-
tection, experienced with abatement work, had proper medical records and were not ex-
posed at any time during the work to asbestos without the benefit of adequate respira-
tory protection.
5. That I performed and supervised all inspection and testing specified and required by ap-
plicable regulations and the specifications.
6. That the condition inside the work area were always safe and the maximum asbestos fi-
ber count never exceeded 0.5 flee. Except as describe here:
7. That the negative pressure air systems were installed and operated properly maintaining
the specified negative pressure in the work area throughout the work.
CONTRACTOR/SUPERVISOR COMPANY NAME
CONTRACTOR ADDRESS
ATTACHMENT #1
Asbestos Abatement Page 1
AppendixB
Specification Drawings
(
B
Hall
en's
restroom 1
Popcorn ceiling texture --
-----------J r-------,
en's 1
~. _.__.__,l,,LL& ---
1 I restroom .
I
Light ceiling
texture & joint
compound
Popcorn ceiling N )/t1&ff-I(· &-1-ifr'
texture
Heavy wall texture & joint compound
Dance floor
Hideaway Bar 1111 2711 Guenther North
Fort Worth , Texas
Asbestos Specification
Project# 18757 Drawing #1 OCCUPATIONAL HEAL T
Not To Scale
CONSULT ANTS
2235 Keller Way
Drawn by : AHG Date : 01/19/2011 Carrollton , Texas 75006
TEL (972) 478-7415
Lie: 10-5040 Exp : 12/31/2011 FAX (972) 478-7615
H