Loading...
HomeMy WebLinkAboutBID - 7098 HAZARDOUS MATERIAL ABATEMENT AT 140 EAST OAK STREET��}`/ of CFity Services Purchasing Purchasing Division 215 N. Mason St. 2"' Floor ® rt s Collinso Box 580 Fort Collins, CO 80522 ® 970.221.6775 Purchasing 970.22 fcgov.com/Purchasing INVITATION TO BID 7098 Hazardous Material Abatement at 140 East Oak Street BID OPENING: 3:00 P.M. (our clock), January 20, 2010 Sealed bids will be received and publicly opened at the office of the Director of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid pro osal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2" Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 3:00 p.m. (our clock), January 20, 2010. A MANDATORY pre -bid meeting will be held January 6, 2010 at 10:00 a.m. at the site, 140 East Oak Street. THIS WILL BE THE ONLY OPPORTUNITY TO VIEW THE BUILDING. Technical questions should be referred to Anne Aspen, Project Manager at 970-484-2020 or e-mail aaspen(@fcgov.com. Questions regarding bid submittal or process should be directed to John D. Stephen, CPPO, LEED AP, Senior Buyer (970)221-6777. A copy of the Bid may be obtained as follows: Download the Bid from the Purchasing Webpage, Current Bids page, at: http://fcgov.com/eprocurement 2. Come by Purchasing at 215 North Mason St., 2nd floor, Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. If to the Service Provider: If to the DDA: The Fort Collins, Colorado, Downtown Development Authority Attn: Executive Director 19 Old Town Square, Suite 230 Fort Collins, CO 80524 With a copy to: Liley, Rogers & Martell, LLC Attn: Lucia A. Liley, Esq. 300 S. Howes Street Fort Collins, CO 80521 Notice of a change of address of a party shall be given in the same manner as all other notices, as hereinabove provided. 23. Independent Service Provider. The services to be performed by the Service Provider are those of an independent contractor and not of an agent or employee of the DDA or the City, nor shall the Service Provider's employees, agents or subcontractors be considered employees or agents of the DDA or the City. Neither the DDA nor the City shall be responsible for withholding any portion of the Service Provider's compensation hereunder for the payment of FICA, Workers' Compensation or other taxes or benefits or for any other purpose. 24. No Assignment. The Service Provider acknowledges that the DDA enters into this Contract based upon the unique qualifications and special abilities of the Service Provider, and, in recognition thereof, the Service Provider agrees that this Contract shall be considered an agreement for personal services. Accordingly, the Service Provider shall not have the right, power or authority to assign any of its responsibilities nor delegate any of its duties arising hereunder to any other individual or entity, without the prior written consent of the DDA. 25. Limitation on Waiver of Breach. The failure of either party hereto to insist, in any one instance or more, upon the performance of any of the duties, obligations, covenants or conditions of this Contract, or to exercise any right or privilege herein conferred, shall not be construed as thereafter waiving any such duties, obligations, covenants, conditions, rights or privileges, but the same shall continue and remain in full force and effect. 26. Acceptance Not Waiver. Approval by the 'DDA of drawings, designs, plans, specifications, workmanship, reports and incidental work or materials furnished hereunder, including formal acceptance described in Section 11 hereof, shall not in any way relieve the Service Provider Page 10 of 14 DDA.Services Contract. Limited Construction. Revised.12/09 of responsibility for the quality or technical accuracy of its services or work. The DDA's approval or acceptance of, or payment for, any of the services or work performed or to be performed hereunder by the Service Provider shall not be construed to operate as a waiver of any rights, privileges or benefits herein provided to the DDA. 27. Materiality of Terms/Default. Each and every term and provision contained herein shall be deemed to be a material element of this Contract. If either party hereto should fail or refuse to perform in accordance with the terms and provisions of this Contract, such party may be declared in default. 28. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncured after expiration of such period, the party declaring default may elect to: (a) terminate the Contract and seek damages; (b) treat the Contract as continuing and require specific performance; or (c) avail itself of any other remedy provided by law or at equity. The non -defaulting party shall be entitled to and shall be awarded from the defaulting party all reasonable costs and expenses incurred by the non -defaulting party in connection with such uncured default, including, but not limited to, attorneys' fees and other legal expenses. A party's use of one form of remedy shall not preclude that party from availing itself of any other remedies provided by law or at equity. 29. Modification of Contract. No subsequent modification of any term or provision of this Contract shall be valid, binding upon the parties or enforceable unless agreed to in writing signed by the parties hereto. 30. Impossibility/Delay of Performance. Notwithstanding anything herein to the contrary, if a party hereto is prevented in whole or in part from performing its duties or obligations hereunder by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the Service Provider's performance is actually prevented, the Service Provider must provide written notice to the DDA of such condition within three (3) business days following the onset of such condition. 31. Governing Law & Venue. The laws of the State of Colorado shall govern the execution, construction, interpretation and enforcement of this Contract. Should one party hereto institute legal suit or action against the party hereto, which suit or action results from, arises out of or is in any way connected with this Contract, it is agreed by the parties hereto that venue for such suit or action shall be proper and exclusive in the District Court of Larimer County, Colorado. 32. Severability of Terms. If any term or provision contained herein is held to be illegal, invalid or unenforceable, such term or provision shall be fully severable. This Contract shall be construed and enforced as if such illegal, invalid or unenforceable term or provision had never comprised a part hereof and the remaining terms and provisions contained herein shall remain in full force and effect and shall not be affected by the illegal, invalid or unenforceable provision or term, or by its severance herefrom. 33. Attorney Fees. In the event that any litigation is commenced by one party hereto against the other party hereto, which litigation results from, arises out of or is in any way connected with this Contract, the court shall award to the substantially prevailing party all reasonable costs and expenses, including attorneys' fees and other legal expenses. Page 11 of 14 DDA.Services Contract. Limited Construction. Revised.12/09 34. Integration/Survival. This Contract, together with any exhibits incorporated herein by reference, represents the entire and fully integrated agreement between the parties hereto and supersedes all prior negotiations, representations or agreements, whether written or oral. All conditions, rights, privileges, duties, covenants, warranties and obligations contained herein shall be binding upon, inure to the benefit of and be enforceable by, the parties hereto, their respective successors and assigns, and shall remain in full force and effect and shall survive, to the maximum extent allowable by law, the termination or expiration of this Contract. 35. Prohibition Against Employing Illegal Aliens. Pursuant to Colorado Revised Statutes ("C.R.S.") § 8-17.5-101 et seq., the Service Provider represents and agrees that: a. As of the date of execution of this Contract: i. The Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Contract; and ii. The Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "e-Verify Program") or the Department Program, an employment verification program established pursuant to C.R.S. § 8-17.5-102(5)(c) C.R.S. and administered by the Colorado Department of Labor and Employment, Division of Labor, in order to confirm the employment eligibility of all newly hired employees to perform work under this Contract. b. The Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Contract or knowingly enter into a contract with a subcontractor who knowingly employs or contracts with an illegal alien to perform work under this Contract. c. The Service Provider shall not use the e-Verify Program or Department Program procedures to undertake pre -employment screening ofjob applicants during the term hereof d. If the Service Provider obtains actual knowledge that a subcontractor performing work under this Contract knowingly employs or contracts with an illegal alien, the Service Provider shall: i. Notify the DDA within three days that the Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and ii. Terminate the subcontract with the subcontractor if within three days of receiving the notice required Page 12 of 14 DDA.Services Contract. Limited Construction. Revised.12/09 pursuant to this Section 35 the subcontractor does not cease employing or contracting with the illegal alien; except that the Service. Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. The Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (hereinafter the "Department") made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in C.R.S. § 8-17.5-102 (5). f. If the Service Provider violates any provision of this Contract pertaining to the duties imposed by C.R.S § 8-17.5-102 the DDA shall have the right to terminate this Contract. If this Contract is so terminated, the Service Provider shall be liable for actual and consequential damages to the DDA arising out of the Service Provider's violation of C.R.S. § 8-17.5-102. g. The DDA will notify the Office of the Secretary of State if the Service Provider violates this provision of this Contract and the DDA terminates the Contract for such breach. 36. Subject to Annual Appropriation. Any financial obligations of the DDA arising under this Contract which are payable after the current fiscal year are contingent upon funds for that purpose being annually appropriated, budgeted and otherwise made available by the City Council of the City, in its discretion, and/or the Board of Directors the DDA, in its discretion, as applicable. 37. Sole Source Contract. To the extent this Contract may be construed to be a `sole source contract' within the meaning of Sections 15 through 17 of Article XXVIII of the Colorado Constitution, and to the extent these constitutional provisions have not been enjoined or invalidated by a court of competent jurisdiction, the requirements and limitations of these constitutional provisions are hereby incorporated into this Contract. 3.8. Local, State and Federal Law. The meaning of "local, state [and/or] federal law," shall include the state constitution and federal constitution, as applicable, in addition to all relevant and controlling acts, statutes, ordinances, rules, regulations, common law doctrines and judicial precedents, which are now in force or which may hereafter be articulated, rendered, adopted, approved, enacted, amended or promulgated by any legislative, executive, judicial or administrative body at any and all levels of government. Page 13 of 14 DDA.Services Contract. Limited Construction. Revised.12/09 39. Interpretation. Sections and headings contained herein are for organizational purposes only and shall not affect the interpretation of this Contract. The terms and provisions contained in the body of this Contract shall always control over conflicting terms and provisions contained in an attached and incorporated document. IN WITNESS WHEREOF, the parties hereto have executed this Contract on the day and year first written above. ATTEST: Bill Sears, Secretary THE FORT COLLINS, COLORADO, DOWNTOWN DEVELOPMENT AUTHORITY, a body corporate and politic LIM Patty Spencer, Chairperson THE SERVICE PROVIDER: By: (sign) Name: (print) Title: IF SERVICE PROVIDER IS A CORPORATION: ATTEST: (sign) Corporate Secretary (print . Page 14 of 14 DDA.Services Contract. Limited Construction. Revised.12/09 CORPORATE SEAL: [place seal here] name) } �� •� "R .:'fit ` 6 t •f _ , t �• 1 ,:� r , t t � i Asbestos Abatement, Regulated Building Materials, and Mercury Containing Flooring Removal Work Plan 140 East Oak Street Fort Collins, Colorado WALSH Project Number: 900055.7955.010 September 14, 2009 - wal 'I Environmental Scientists and Engineers, LLC ��� ASBESTOS ABATEMENT, REGULATED BUILDING MATERIALS, AND MERCURY CONTAINING FLOORING REMOVAL WORK PLAN 140 EAST OAK STREET FORT COLLINS, COLORADO September 14, 2009 Prepared for: Ms. Anne Aspen Downtown Development Authority Project Manager 19 Old Town Square, Suite 230 Fort Collins, Colorado 80524 rmel 01 - Z �E � P I -e /a Prepared by: Michael P. Castell Environmental Scientist Certified Asbestos Inspector/Management Planner, Designer, Air Monitoring Specialist Reviewed by: e Troy C. Sanders, PG, CHMM Branch Manager Certified Asbestos Inspector Submitted by WALSH ENVIRONMENTAL SCIENTISTS AND ENGINEERS, LLC 2629 Redwing Road, Suite 280 Fort Collins, Colorado 80526 Phone (970) 223-5655 Fax (970) 223-8577 www.walshenv.com WALSH Project Number: 900055.7955.010 -AiWalsh. Environmental Scientists and Engineers, LLC TABLE OF CONTENTS 1 INTRODUCTION.............................................................................................................................................. I 2 SCOPE OF WORK............................................................................................................................................I 2.1 RACM TO BE REMOVED.............................................................................................................................1 2.1.1 WORK PROCEDURES....................................................................................................................................2 2.1.2 INSPECTIONS BY OWNER/OWNERS REPRESENTATIVE.................................................................................3 2.1.3 MAXIMUM ALLOWABLE ASBESTOS LEVEL(MAAL)..................................................................................5 2.2 REGULATED BUILDING MATERIALS............................................................................................................6 2.3 MERCURY CONTAINING FLOORING..............................................................................................................7 2.3.1 WORK PROCEDURES....................................................................................................................................8 2.3.2 WASTE HANDLING/DISPOSAL.....................................................................................................................8 2.3.3 VISUAL INSPECTION....................................................................................................................................8 3 SPECIAL CONSIDERATIONS.......................................................................................................................8 4 SUBMITTALS...................................................................................................................................................9 4.1 PLAN OF ACTION.........................................................................................................................................9 4.2 TECHNICAL SUBMITTALS............................................................................................................................9 5 SCHEDULE........................................................................................................................................................9 6 PROJECT COORDINATION........................................................................................................................10 7 INSURANCE....................................................................................................................................................10 8 QUALIFICATIONS AND LIMITATIONS..................................................................................................11 LIST OF TABLES TABLE1. RACM TO BE REMOVED.............................................................................................................................1 TABLE2. RBMS TO BE REMOVED.............................................................................................................................6 TABLE 3. MERCURY FLOORING TO BE REMOVED.......................................................................................................7 LIST OF APPENDICES APPENDIX A FIGURES Figure 1 RACM to be Removed Figure 2 Mercury Containing Flooring to be Removed 900055.795.010 140 East Oak St Work Plan i -Walsh Environmental Scientists and Engineers, LLC ACRONYM/ABBREVIATION LIST The following acronyms and abbreviations have been used in this Work Plan for 140 East Oak Street in Fort Collins, Colorado: ACM Asbestos -Containing Material CDPHE Colorado Department of Public Health and Environment CFR Code of Federal Regulations Contractor General Abatement Contractor EA Each f/cc Fibers per cubic centimeter f/m3 Fibers per cubic meter HEPA High Efficiency Particulate Air MAAL Maximum Allowable Asbestos Level NAM Negative Air Machine NIOSH National Institute for Occupational Safety and Health Owner Downtown Development Authority PCB Polychlorinated biphenyls PCM Phase Contrast Microscopy RACM Regulated Asbestos Containing Material RBM Regulated Building Material SF Square Feet Site 140 East Oak Street, Fort Collins, Colorado s/mm'` Structures per square millimeter TEM Transmission Electron Microscopy US United States USEPA U.S. Environmental Protection Agency WALSH Walsh Environmental Scientists and Engineers, LLC 900055.795.010 140 East Oak St Work Plan ii A Walsh Environmental Scientists and Engineers, LLC ASBESTOS ABATEMENT, REGULATED BUILDING MATERIALS, AND MERCURY CONTAINING FLOORING REMOVAL 140 EAST OAK STREET FORT COLLINS, COLORADO 1 INTRODUCTION Walsh Environmental Scientists and Engineers, LLC (WALSH) conducted a pre -demolition building inspection in August of 2009 at 140 East Oak Street, Fort Collins, Colorado. The scope of work for the inspection consisted of performing a visual assessment and collecting bulk samples of suspect building materials. The intent of this phase of the project is to remove regulated asbestos -containing materials (RACMs), regulated building materials (RBMs), and mercury containing flooring at the 140 East Oak Street (the Site) prior to demolition activities. 2 SCOPE OF WORK The work specified herein shall be the removal of RACMs, regulated building materials, and mercury containing flooring at the Site by competent persons trained, knowledgeable, and qualified in the techniques of asbestos abatement and hazardous material removal. This includes the handling and disposal of RACM and asbestos contaminated materials and the subsequent cleaning of contaminated areas. The general abatement contractor (Contractor) must comply with all applicable federal, state, and local laws and regulations, and be capable of performing the work specified in this Work Plan. In addition, the Contractor is responsible to obtain all necessary permits and make all required notifications. 2.1 RACM to be Removed The following table lists the locations, materials, percentage, and type of asbestos, as well as the approximate quantities of RACMs to be removed. TABLE 1. RACM to be Removed 140 East Oak Street Fort Collins, Colorado Material Material Type Friability PercentageMaterial and Type of Approximate Description Location* Asbestos Quantity FTC09 - 9" xT floor 80% tile with felt backing, 115 Miscellaneous Friable chrysotile 56 SF sheet vinyl squares 900055.795.010 140 East Oak St Work Plan No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable. Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions is available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management where renewal is a way of life ~Walsh Environmental Scientists and Engineers, LLC Material Material* Percentage Approximate Description Location Material Type Friability and Type of Quantity Asbestos HS01 —white heat shield, fibrous, B-04B Miscellaneous Friable Assumed 2 EA woven associated with flood lights PL05 — white 1-7% plaster patching 130 Surfacing Non -friable II chrysotile 410 SF material SOA05 — tan yellow 103, 104, 130, 131, spray on acoustical 132 133, 202, 203, Surfacing Friable 2% chrysotile 10,119 SF perlitic plaster 214, 303, B-03, B- 04, B-04A, B-04B PL08 — white plaster with grey 2.25% sandy base coat 113 Surfacing Non -friable II chrysotile 500 SF with thick white top coat SVF03 — brown 20% sheet vinyl flooring 113 Miscellaneous Friable chrysotile 350 SF mosaic pattern SF = Square Feet EA = Each ' Please see the figures included in Appendix A for approximate locations of ACMs " The quantities identified above are approximate and are for estimating purposes only 2.1.1 Work Procedures Full containment controls are required for the removal of all the materials. For full containment controls, the following procedures must be adhered to at a minimum, but all work is to be performed according to Colorado Department of Public Health and Environment (CDPHE) - Regulation No. 8, The Control of Hazardous Air Pollutants, Part B, The Control of Asbestos, 5 CCR 1001-10, Part B, effective March 2, 2005 (Regulation 8) and all other applicable laws and regulations: ■ Install critical barriers. ■ Place and start a sufficient number of high efficiency particulate air (HEPA) equipped negative air machines (NAMs) to ventilate the work area. NAM exhaust must be discharged to the outside of the building at all times. ■ Establish a negative pressure differential of at least -0.030 inches of water between the work area and all surrounding areas. ■ Put in place a fully operational decontamination unit contiguous with the work area. ■ Put in place a waste/equipment load out contiguous with the work area. ■ The containment must stand for a minimum of two hours with -0.030 inches of water negative pressure prior to the pre -abatement inspection being performed. ■ After passing a pre -abatement visual inspection, by the Owner/Owners representative, gross removal and final cleaning can commence. Due to the quantities of ACM to be removed a Project Design will be required. This document does not fulfill the Project Design requirements but may be used in whole or in part to create the Project Design. In addition, the Downtown Development Authority (Owner) fully intends to submit for a 900055.795.010 140 East Oak St Work Plan 2 AWa1Sh. Environmental Scientists and Engineers, LLC waiver of the CDPHE Project Manager requirement. The Contractor must fulfill the requirements to qualify for the waiver of a Project Manager. Final air clearance samples will utilize phase contrast microscopy (PCM) as the analytical technique. All clearance air monitoring will be conducted according to specifications outlined in Regulation 8. 2.1.2 Inspections by Owner/Owners Representative Project inspection requirements are summarized below ■ When required by Owner/Owners representative, the Contractor shall take down or uncover portions of the finished work. If the work thus exposed is satisfactory to Owner/Owners representative, the cost of exposing and restoring the same shall be at the expense of Owner. Alternatively, if in the opinion of Owner/Owners representative, the work is unsatisfactory, all cost and expenses of exposing, removing, re -testing, replacing, and restoring shall be borne by the Contractor. ■ Any omission or failure on the part of Owner/Owners representative to disapprove or reject any inferior or defective work or material shall not be construed to be an acceptance of any such work or materials. The Contractor shall remove at its own expense any defective work or material rejected by Owner/Owners representative and shall rebuild or replace the same without extra charge to Owner/Owners representative. All applicable costs for re -testing an area for clearance purposes shall be performed at the Contractor's expense. ■ All inspections shall take place during specified work hours. If inspections occur outside/past specified project hours, the Contractor shall bear all costs incurred by Owner/Owners representative. ■ Where the Owner/Owners representative has an on -site representative, the Contractor shall give the Owner/Owners representative two hours advance notice of an impending inspection. Where the Owner/Owners representative does not have an on -site representative present, then a twenty-four hour advance notice of impending inspection is required. Contractor shall request in writing via fax or by email required Owner/Owners representative inspections including the time and date of the requested inspection. ■ If the visual inspection detects items to be corrected the area will be termed "failed" and will need to have corrective action taken by the Contractor. ■ The Contractor must allow for a two hour notice period before the re -inspection of the failed area may begin (this requirement may be waived by Owner/Owners representative). Items of work requiring inspection sign -off by Owner/Owners representative include: 900055.795.010 140 East Oak St Work Plan -Walsh Environmental Scientists and Engineers, LLC - Pre -Abatement Inspection Removal of asbestos and necessary demolition shall not take place until Owner/Owners representative has inspected area preparation work and given approval. - Final Visual Inspection The area shall not be encapsulated or locked down until Owner/Owners representative has inspected and given approval of the final cleaning and area decontamination. The containment must be completely dry, during the inspection with no water droplets remaining or saturation on polyethylene sheeting or other surfaces in the containment. ■ The inspections are listed in the applicable above paragraphs. A punch list of items to be corrected resulting from the "failed" inspection, will be prepared jointly by the Contractor and Owner/Owners representative prior to final acceptance of the project by the Owner/Owners representative. Inspections shall in no way be construed as final or partial acceptance by Owner/Owners representative. Any failure or omission of the Owner/Owners representative to notify the Contractor of defective work shall not excuse Contractor for liability for such defective work. ■ It will be necessary that the Contractor successfully confine fiber release to the designated work area and within the containment. Owner/Owners representative obligations are solely to the Owner.- In meeting such obligations Owner/Owners representative may increase the burdens and expense of the Contractor, his sub- contractors or employees, or the surety of them. Nothing in the performance of Owner/Owners representative services in connection with this project implies the undertaking for the benefit of, or which may be enforced by, the Contractor, his sub- contractors, or employees, or the surety of any of them. It is not the function of Owner/Owners representative to specify all of the means by which the Contractor will attain the intended results, nor to state all of the environmental conditions that must be present for the safety of workers who are employed to achieve the intended results, or for the safety of others during construction. The Contractor shall establish means and environmental conditions that meet all applicable laws and regulations. ■ The Contractor is required to remove all specified ACMs. Any ACM, debris or contaminated materials, missed, not accessed or abated thoroughly, and later discovered by the Owner/Owners representative, will be corrected by the Contractor at no cost to the Owner/Owners representative. ■ The Owner/Owners representative will perform final visual inspection for the work area and Work Area Clearance sampling for the work area. Samples exceeding 0.010 fibers per cubic centimeter (Fcc) will be deemed to have failed, and must be re -cleaned and re- tested. Contractor may, on the approval of the Owner/Owners representative, have the work area re -sampled and analyzed by transmission electron microscopy (TEM) if it will not interfere with the project schedule. Cost for TEM analysis will be the responsibility of the Contractor. . 900055.795.010 140 East Oak St Work Plan 4 -Walsh Environmental Scientists and Engineers, LLC The Contractor may be charged for any re -inspections and/or re -sampling of the work areas at the discretion of the Owner. 2.1.3 Maximum Allowable Asbestos Level (MAAL) Outside Work Area: If any air sample taken outside of the work area exceeds the CDPHE maximum allowable asbestos level (MAAL), immediately and automatically stop all work except corrective action. The Owner/Owners representative will determine the source of the high reading and so notify the Contractor in writing. ■ Maximum Allowable Asbestos Level - Air monitoring shall be conducted during normal occupancy and samples shall not be collected in an aggressive manner. Where PCM is used as the method of analysis the standard is 0.010 f/cc of air which is equivalent to 10,000 fibers per cubic meter of air (Um'). The National Institute for Occupational Safety and Health (NIOSH) 7400 Method shall be used to analyze samples. The number of samples to be taken shall be determined by the air monitoring specialist. Where TEM is used as the method of analysis, the standard is 70 structures per square millimeter (s/mm'). TEM analysis shall be conducted pursuant to the protocol in 40 Code of Federal Regulations (CFR) Part 763, Appendix A to Subpart E. - All air monitoring samples collected for MAAL and clearance purposes shall be performed by the Owners representative who is independent of the Contractor to avoid possible conflict of interest. In the, event that airborne fiber levels outside a work area exceed the MAAL when analyzed by PCM (and verified by TEM), the Contractor shall comply with CDPHE requirements for Major Asbestos Spills (Regulation 8 Section III.T.1). If the high reading was the result of a failure of work area isolation measures initiate the following actions: - Immediately erect critical barriers to isolate the affected area from the balance of the building and establish a negative pressure differential. Erect critical barriers at the next existing structural isolation of the involved space (e.g. ceiling, floor, and wall). - Decontaminate the affected area. - Require that respiratory protection be worn in affected area until area is cleared for re -occupancy. - Leave critical barriers in place until completion of work and insure that the operation of the pressure differential system in the area results in a flow of air from the balance of the building into the affected area. 900055.795.010 140 East Oak St Work Plan W1S11. Environmental Scientists and Engineers, LLC - If the exit from the clean room of the personnel decontamination unit enters the affected area, establish a decontamination facility consisting of a shower room and change room at entry point to affected area. - After certification of visual inspection in the affected area, final clearance air samples will be taken within the area. ■ In the event that areas beyond the work area become contaminated with asbestos, or asbestos -containing dust/debris, and/or visible emissions from the work area, the Contractor shall be responsible for all costs associated with cleaning and subsequent testing (visual inspection, air sampling, and bulk analysis) of these areas. ■ If the high reading was the result of other causes, Contractor shall initiate corrective action as required by the Owner/Owners representative. Effect on Contract Sum: Complete corrective work with no change in the contract sum if high airborne fiber counts were caused by Contractors activities. The contract sum and schedule will be adjusted for additional work caused by . high airborne fiber counts beyond the Contractors control. Contractor is responsible for all costs associated with TEM verification where PCM samples exceed 0.010 f/cc, and any subsequent cleaning and additional sampling costs regardless of TEM sample results. 2.2 Regulated Building Materials The work shall also include the proper removal and disposal or recycling of all regulated building materials (RBMs) by competent persons trained, knowledgeable and qualified in the proper procedures for disposal of hazardous and universal waste materials. Contractor shall be responsible for characterizing the waste and proper disposal. The following table below provides approximate quantity for each type of RBM identified for characterization and proper disposal. TABLE 2. RBMs to be Removed 140 East Oak Street Fort Collins, Colorado Material Approximate Total.Count % Estimated for Removal Approximate Estimated Removal Count Fluorescent Lamps(mercury) 614 80 495 Light Ballast [polychlorinated biphenyl (PCB] containing) 300 50 150 High Intensity Discharge Lams 24 100 24 Mercury Gau es/Thermostates 20 100 20 Fire Extinguisher 3 100 3 Smoke Detectors radioactive source 88 0 0 Emergnecy Lighting batteries only) 12 100 12 900055.795.010 140 East Oak St Work Plan -�a1sh Environmental Scientists and Engineers, LLC Material Approximate Total Count % Estimated for Removal Approximate Estimated Removal Count Exit lighting 15 100 15 Computer Equipment circuit boards 7 100 7 Rechar eable batteries 1 2 1 100 2 Neon lights 1 3 100 3 The difference between the total count and the estimated removal count is based upon observation during a limited screen, and is to be verified in the field by the Contractor. Contractor shall inspect all components to determine those that can remain (e.g. green end and green printed labels on end of fluorescent lamps, non PCB labeled light ballasts, low level smoke detectors, etc.) and those that must be removed prior to demolition. 1. Green end/green print on end of fluorescent lamps shall remain but all other types need to be removed. 2. Certain exit signs do not contain radioactive material, and shall remain, but may contain backup batteries that require proper disposal 3. Light ballasts stamped "Non -PCB" shall remain. 4. The Contractor is responsible for removing all chlorofluorocarbon refrigerants. Contractor is responsible for verifying all hazardous and universal waste material approximated quantities. Quantities are subject to a +/- 10 percent (%) variation from estimated quantities. Contractor shall notify the Owner in writing of any discrepancies in quantities that exceed or are less than 10% prior to any work being performed in a work area. Variations that exceed or are less than 10% will be subject to add/deduct based on unit prices provided by the abatement contractor. The table providing a summary of the specific material locations, and approximate quantities for regulated building materials identified is included in Appendix B. 2.3 Mercury Containing Flooring The following table lists the locations and the approximate quantities of mercury containing flooring to be removed. TABLE 3. Mercury Flooring to be Removed 140 East Oak Street Fort Collins, Colorado Material Description Material Location" Approximate Quantit "* Polyurethane flooring 217, 218, and 219 2,520 SF SF = Square Feet ' Please see the figure included in Appendix A for approximate locations of mercury containing flooring " The quantities identified above are approximate and are for estimating purposes only 900055.795.010 140 East Oak St Work Plan =Walsh Environmental Scientists and Engineers, LLC 2.3.1 Work Procedures Secondary containment controls with negative pressure are required for the removal of all the materials. The following procedures must be adhered to at a minimum, but all work is to be performed according all other applicable laws and regulations: ■ Install critical barriers. ■ Place and start a sufficient number of HEPA equipped NAMs to ventilate the work area. NAM exhaust must be discharged to the outside of the building at all times. ■ Establish a negative pressure differential of at least -0.020 inches of water between the work area and all surrounding areas. ■ After passing a pre -removal visual inspection, by the Owner/Owners representative, gross removal and final cleaning can commence. 2.3.2 Waste Handling/Disposal • The selected contractor is responsible for proper waste containerization, storage, characterization, and labeling in accordance with applicable federal, state, and local regulations. • All mercury -contaminated waste will be bagged or wrapped in six millimeter polyethylene sheeting prior to being removed from the controlled work area. • Waste will be staged in a secure area on -site until transported to a disposal site. • Waste material will not be handled in such a way as to generate dust. • No visible emissions will be created during any waste handling activity. • Properly manifest, transport, and dispose of mercury -contaminated debris, and waste water in accordance with applicable federal, state, and local regulations. 2.3.3 Visual Inspection. Upon completion of removal, the Owner/Owners representative will perform a thorough visual inspection. This visual inspection will confirm that mercury containing flooring has been removed from the surfaces and the surfaces are dust free. Any areas which exceed these visual clearance criteria will require supplemental removal at no additional cost to the owner. 3 Special Considerations Electricity (110 volt) is available at the Site. The Contractor is responsible for all costs related to providing any rework wiring required. Any rework wiring required must be performed by a qualified and licensed electrician. Placement and storage of waste dumpsters, equipment, and materials will need to be coordinated with the Owner. The staging area for equipment and personnel will be at the closest entrance to the work area or an area determined by the Owner. Security for any equipment and/or vehicles left on -site is the 900055.795.010 140 Eut Oak St Work Plan Avvalsh Environmental Scientists and Engineers, LLC responsibility of the Contractor. The Owner will not be responsible for theft or vandalism of Contractor's equipment that is left on -site. 4 Submittals The following sections detail the required submittals for the project. 4.1 Plan of Action Prior to the start of work, the Contractor shall prepare a brief plan of the procedures proposed for use in complying with the requirements of this Work Plan and all applicable regulations. Include in the plan the sequencing of asbestos work (containments and work areas), methods to be used to assure the safety of building occupants and visitors to the Site, disposal plan including staging and waste load -out procedures, and location of approved disposal facility. Expand upon the method of removal to prohibit visible emissions. The Contractor is solely responsible for construction means, methods, techniques and sequences, and procedures with respect to complying with all applicable regulations. 4.2 Technical Submittals The Contractor shall submit all technical documentation as specified in this section using the list and schedule provided below. Pre -start Submittals Daily Submittals Contract Closeout (Minimum five days prior) (Daily for the previous day) (Two weeks after) General Abatement Certificate Daily Field Logs Disposal Manifests Disposal Facility Information Daily Entry/Exit Sign -in Sheets Owner's Final Inspection Personnel Certifications 24-hour Manometer Chart Change Orders Plan of Action Personal Air Monitoring Results Project Schedule and Sequencing 5 SCHEDULE Contractor is not authorized to apply for the asbestos abatement permits prior to being issued the notice of award from the Owner and does so at their own risk. It is understood that there is a ten day waiting period after applying for a permit. Contractor will apply for an asbestos abatement permit within two working days of issuance of notice of award. Mobilization activities, RBM removal, and mercury flooring removal may begin during the ten day waiting period. All work identified must be completed within twenty five (25) working days from notice of award. If the Contractor neglects to complete the contract in the time specified, the Owner shall be entitled to liquidated damages including, but not limited to, any cost incurred for the delay of work plus $500 per day until project completion is attained. These amounts will be deducted from the Contractors payment at the conclusion of the project. Project hours will be 7:00 A.M. to 5:00 P.M. If any work is to be completed outside of these specified work hours, it must be approved in writing prior to being initiated. In addition, the 900055.795.010 140 East Oak St Work Plan 9 WAsh Environmental Scientists and Engineers, LLC Contractor shall bear any costs incurred by Owner/Owners representative required to staff the project which are outside of the specified work hours. 6 PROJECT COORDINATION The Contractors estimate should allow provisions for coordination, which shall include informal meetings with Owner/Owners representative such as the following: Inspect areas in which work will be performed, prior to commencement of work. Prepare a listing of damage to structure, surfaces, and equipment or of surrounding properties, which could be misconstrued as damage resulting from the work. Obtain digital photographs or video of existing conditions as necessary to document conditions. Submit to Owner for recording purposes prior to starting work. Attend informal conference to be convened by the Owner prior to start of any work. The conference will be scheduled before start of work, at a time convenient to the Owner, but no later than the day of the start of the project. Meet at the Site, or as otherwise directed. Authorized Owner/Owners representatives will be in attendance. An authorized representative of the Contractor and its project supervisor and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the projects scope and authorized to conclude matters relating to the work. ■ Before requesting final inspection for certification of final acceptance and final payment, a project punch list must be completed and accepted by Owner. The punch list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Owner/Owners representative. 7 INSURANCE The Contractors estimate shall include provisions for Comprehensive General Public Liability and Property Damage Insurance, Worker's Compensation Insurance, and Comprehensive Automobile Liability and Property Damage Insurance to be specified in the Owners general condition contract documents, at his/her own expense, during the life of this contract. This insurance shall include a provision preventing cancellation without ninety days prior notice by certified mail and shall state whether the coverage is "claims made" or "occurrence made." The Contractor shall obtain "occurrence made" insurance and must not contain any pollution exclusion provisions. A completed Certificate of Insurance shall be filed with the owner within ten days after the date of the notice of award, said Certificate to specifically state the inclusion of the coverage and provisions set forth in the contract. 900055.795.010 140 East Oak St Work Plan 10 Environmental Scientists and Engineers, LLC 8 QUALIFICATIONS AND LIMITATIONS WALSH prepared this Work Plan in a manner consistent with current professional practices. It is possible that additional reports or investigations could alter the conclusions of this document. Procedures are prepared for use by the Contractor, but do not limit the Contractor from performing its work according to any regulations not included in this document. This Work Plan is intended for use only by the client or its designees. Any future use of this document by anyone other than the client or its designees will require written authorization by WALSH. 900055.795.010 140 East Oak St Work Plan I I City of Fort Collins Bid 7098 Hazardous Material Abatement at 140 East Oak Street BID OPENING: January 20, 2010, 3:00p.m. (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR HAZARDOUS MATERIAL ABATEMENT AT THE 140 EAST OAK PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS AND DRAWINGS: On behalf of the Downtown Development Authority, The City of Fort Collins' is requesting bids forthe regulated asbestos -containing materials (RACMs), regulated building materials (RBMs), and mercury containing flooring at the 140 East Oak Street, Fort Collins, CO. All materials must be removed in accordance with applicable Federal, State and local requirements, and attached Work Plan. All work identified must be completed within twenty five (25) working days from notice of award. If the Contractor neglects to complete the contract in the time specified, the Owner shall be entitled to liquidated damages including, but not limited to, any cost incurred for the delay of work plus $500 per day until project completion is attained. These amounts will be deducted from the Contractors payment at the conclusion of the project. Contractor must enter into the attached Service Agreement and name the City of Fort Collins as an additional insured per Exhibit "B". A MANDATORY pre -bid meeting will be held January 6, 2010 at 10:00 a.m. at the site, 140 East Oak Street. THIS WILL BE THE ONLY OPPORTUNITY TO VIEW THE BUILDING. BID SCHEDULE Our firm will remove all hazardous material as by competent persons trained, knowledgeable and qualified in the techniques of regulated asbestos -containing materials (RACMs), regulated building materials (RBMs), and mercury containing flooring, surface preparation, waste disposal and OSHA asbestos compliance. The Contractor must comply with all applicable federal, state, and local regulations and be capable of performing. the work specified in the specifications. Lump Sum FIRM NAM Are you a Corporation, Partnership, DBA, LLC, or PC SIGNATU ADDRESS PHONE/FAX # ANvalsh Environmental Scientists and Engineers, LLC APPENDIX A FIGURES nO B-16 I f B.1; �Bsuaran I B-IH 11-19 B-10 I R•li B-I SA LAW 1A jjjjjj B. B-06 J7 R-11 B-0a LLatY If-IU LII IMIOA 8-11 C� Hr u-01 -0s B-0;A . om:rary - 140 East Oak Street: RACM Basement Level No. Revisions I D.t. N 112 FLOOR ® SPRAY ON f� HEAT p3 TILE ACOUSTICAL fu1 SHIELD 1` Dote;09/03/09 DroBye AAT �w SCALE : 1/16' = 1'-0' wn Project No. 1955.010 Checked By; Environmental Scientists and Engineers, LLC Figure: 1 . Sheet I of 4 122 un 3x 4 137 136 i 123 l ! 124 Iln •,,�) Its I_'6 127' ISs 13J •Izu uv 1zv � • o 121 I17 - I • 116 I r ns 0 0 a 1 113 114 rnz a 1 W 06 101 1 Ill III 110 IW IWA RACM 140 East Oak Street: First Level No. Revisions Date FLOO SHEET 21 TIER ®ACOUSTOCAL SPRA %) SH ELO PLASTER ® FLOORING VINYL a3 Date; Wall„ SCALE : 1/16" = 1'-0' Pro Project Drawn tNo. 7955,010 Checked By: AAT Environmenwi Scientists and Engineers, LLC Figure: 2 Sheet 2 of 4 Roor' t ROOF 217 218 21Y 1 '_22 R00 � 22/ 221 6 216 215 . .. 2_11 208 207 2 L11 225 22] 2 • 2U5 210 . 204 2� 14 Q O FD y,y t RDDF. 213 20 2U1 200 R. 1 140 East Oak Street: RACM Second Level No. Revisions Dote / FLQOR ® SPRAY UN CH)HEAT TII.,E ACOUSTICAL SHIELD N a2 u Dot e�09/03/09 Drown By AATProject AWaish �j SCALE: I/16' = I'-0' No. 7955.01D Checketl By EnvironmentalScientists and Engineers, LLC Figure 3 1 Sheet 3 of 4 No Text C.»n»c MALN»6 rI 11-16 B-17 ' TanuwMTe. R-I i I I ^ >'�� ���".CTX 1�_ X<�✓` ?tl {� .... -... Y,Yv R.13A� +r`e�X y�? X yXF ✓y.,� J.;...a J X IIIIIIIIIIIIN 1424 FFFIII B-11 R-06 R�7 Ih21 14-08 R� B-IOA ILII wl? R-03 C� ❑ 1. B-01A B-0IR ___.___ Fl- u-oo u-0z _— IWi B-0iA WWYR. NON-RACM 14B East Oak Street: Basement Level No. Revisions ; FLOOR FLOOR ,ILE. R2 1ILE �� MASTIC p3 Dote=09/03/09 DraBy: AAT SCALE: 1/16- = 1'-0' .n Project No. 7955.010 Checked By! Environmenh l Scientists and Engineers, LLC Figure 1 Sheet 1 of q Ar GYJNYIAlL'TiLt.fJINLL' 128 1222 -'1 \ I17 lib • ' 124 4 125 126 n 1 127 ', 13S 134 •120 IIY 12Y '1 T o 1 I i• - 133 \132< r !1•, �� • 130 6 111 •l • X 11S 1 _ K \ S Ell O O Y vX 101 P ti 114 101 ( ',112 III IIN \\)\ IOx �1• \\ I` 11111 INA s NON—RACM 14l) East Oak Street: First Level No. Dote N FLOOR FLOOR TILE N2 111E f.1 AS11C. N3 _ Date: 09/03/09 Drn wn By: AAT SCALE: 1/16' I'-0' Project No. 7955,010 lChecked Bys Envimnmcnnd Scicntists and Enginccrs, LLC Figure 2 1 Sheet 2 of 4 217 218 219 216 219 9m 4 O nn Kn ROOF �r�r_r...n•.mm�.s. n+r+aWwvr w.-..ow+r: �''.'.■ XGAY■plla ■■Y■i1e■■ ■ to i. -.■ C I■ � yNyI ■ I ■ 4 hr — ■ Y ; ' =y— 1 e 209 tl 207 202 213 201A 210 NON-RACM 140 East Oak Street: Second Level No. Revisions t FLOOR FLOCP. TILE pp2 TILE MAST!C p Dote:09/03/09 Drn.n Bye AAT �1 SCALE: 1/16' = I'-0' Project No. 7955.010 Checked By: Environmental Scientists and Engineers, LLC figure= 3 Sheet 3of 4 o ' /i�'. .e�r(,•rm� �,(,, II_ Pvo Maur I .coor'"vuxF ti � . - s r ir R z 6 uYSV7 itJOrt _- huc�Yf,.rr r ly r,PCp \ - Mj X rL-A� z ru7�"T0z 1! .'p NON-RACM 140 East Oak Street: Roof Level No. Revisions t p #3 77 y _ Dote:09/03/09 Drown BY: AAT orals SCnIC. l�6 t-0 Project No. 7955.010 Checketl By, Environmental Scientists and Engineers, LLC Figure q Sheet 4 of 4 �!' l I I 'MAIPL .�c cacao �� 9cedacu, I c \ 220 R �e.�tlTii�iY ° tl L a asY,a, LCaf A�. .F SiSI ` �w �a t i���l�laof FM gm - : _�, ••-:ems •::•-,� _ a�� _-. _..<����. . 140 East Oak Street: Mercury Containing Flooring Second Level _ No. Revisions Y '. p2 #3 =`xj^� Dote:09/03/09 DroYn By: AAT �I allsh SCALE : I/16' = I'-0' Project No. 7955.010 Checked By Envirotnnent-al Scientist, and Engium, LLC Figure 1 ISheet 1 of 1 SERVICES CONTRACT THIS SERVICES CONTRACT (`'Contract") is made and entered into on this day of , 20 , by and between THE FORT COLLINS, COLORADO, DOWNTOWN DEVELOPMENT AUTHORITY, a body corporate and politic (the "DDA), and (the "Service Provider"). WITNESSETH: WHEREAS, pursuant to C.R.S. 31-25-807 the DDA is empowered to make and enter into all contracts which are necessary or incidental to the exercise of its powers and performance of its duties; WHEREAS, the DDA desired that the City of Fort Collins (the "City") assist the DDA with the contract procurement process for this project, and the City agreed to provide such service for and on behalf of the DDA; WHEREAS, upon completion of such procurement process, the City and the DDA determined that the Service Provider should be awarded this Contract; WHEREAS, the DDA and the Service Provider desire to enter into this Contract for the provision of the herein described services by the Service Provider to the DDA; and WHEREAS, the Service Provider's provision of such services will advance the statutory mission of the DDA. NOW, THEREFORE, in consideration of the mutual covenants and obligations herein expressed, the receipt and adequacy of which are hereby acknowledged, it is agreed by and between the parties hereto as follows: 1. Contract Period. This Contract shall commence upon execution hereof and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. 2. Scope of Services. The Service Provider agrees to provide all materials and perform all services necessary to complete the scope of services, attached hereto as Exhibit " ," consisting of ( ) page[s], and incorporated herein by this reference (the "Scope of Services"). 3. Commencement and Completion of Scope of Services. The Service Provider shall commence performance of the Scope of. Services within _ ( ) day[s] following execution of this Contract, and shall complete performance of the Scope of Services on or before , 20_. The Service Provider hereby acknowledges and agrees that time is of the essence with respect to its performance of all aspects of the Scope of Services. Any extension of the time limit set forth above must be agreed upon in a writing signed by the parties hereto. Page 4 of 14 DDA.Services Contract. Limited Construction. Revised.12/09 aiWajsh Environmental Scientists and Engineers, LLC APPENDIX B REGULATED BUILDING MATERIALS INVENTORY 'BUILDING: Former Elks Lodge (7955010) A Oo oq m TI , 0 o m E y xm 0 m � M T T .z' V ? 3 3 m m G O O m a C y m a m f (A 0 m O m c• m m m m v ca a c O 01 y m r r O m m C m m m 3 3 3 m 3 03 m w m Sr0 o Q ¢ T m -n m 'm g m m m m 3 a l m m a w m m m ROOM ID FL4 FL8 FLO I LB HID fIMTG FS FE I SD I EL EX I CFI CE I RBI LS TF ME PT I OT 100A 101, 4, 2 I 102 104 i 105 I g 4. 106 8 4 I I F ," 107 g e 4 F: 1 1 r 2 - -- 108 4 2 1 110 l 2" ,Ill �. 4 `;:: ... , 2: . 1. •,- � 1 � � 112 32 16 4 1 l l3 �` 88: • 44 l 4 1 2 • 2.. 114 I -�- - 115 2, W -. , 3 77 I � cry �''' 116 4 2 �_ 1 1 1 , —� 1=. 118 8 _ 4 f F 120 2 1 1 I o- 122 8 4 1 r F 125 1 1 127 24 12 1 128 129 64 32 1 2 1 130 5 1 . " 131 .. 8 . 4 . T 1 132 3 133 4 2 I 1 135. ®AT h 9/2/2009 2:10:52 PM Page I of 6 Environmental Scientists and Engineers LLC 9/2/2009 2:10:53 PM Page 2 of 6 JWalsh Environmental Scientists and Engineers LLC B09 2 1 1 1 � 5yf� { l8#.: I al 'S ' �J 4 'n�,,i�4 y � '�i "f ,� 4I.. l Jc'2e +pfx• y x 1 .2" a F 1 � e� 4.;<`.�! J � , nu"", ^,"jy"„,...."'� N *r�"^ p "'.,a„ t�•: 1�B l l � �^�-�^ B-12 4 r t 2 � , w>b £ _�"��-.� ; � 1 5,,.' 1 ay��,s-,- s�.�-,•.,�.�... 1 �._,_�.1 � �r` �� r i ��x � �� .�z �*' 1 1 B 13A iT,; B 15 10 5 2 B-17 4 2 1 CtiB 18 ,r a1 - �` m✓'t i'' s ? is s j`a�cea" %"" k B 19 �:. �..��i...:�-ram B 21 1 ....�``„�.�.. -wa•h 1x,� ,e ..�"�r<� 1 `�.:�;,'?�� '�n„. 'x�,s ��.'2'� �-.?��` � .>..sk�9. B 23 2 1 1 1 XR3 I 3 TOTALS 608 0 6 300 24 20 0 3 88 12 15 18 7 2 0 0 l 0 3 eWals 9/2/2009 2:10:53 PM Page 3 of 6 Environmental Sciendsts and Engineers LLC REGULATED. BUILDING -MATERIALS :APPROXIMATE INVENTORY BUILDING COMPONENTS-;,;. COMMENTS -REPORT iBUILDING: Former Elks Lodge (7955010) Material Room ID Code Comments 100 SD Unknown rad. Content 103 SD Unknown rad. Content 105 SD Unknown rad. Content 106 SD Unknown rad. Content 107 SD Unknown rad. Content 108 SD Unknown rad. Content 109 SD Unknown rad. Content 110 SD Unknown rad. Content III SD Unknown rad. Content 112 SD Unknown rad. Content 113 SD Unknown rad. Content 115 SD Unknown rad. Content 117 SD Unknown rad. Content 119 SD Unknown rad. Content 120 SD Unknown rad. Content 121 SD Unknown rad. Content 122 SD Unknown rad. Content 125 SD Unknown rad. Content 128 SD Unknown rad. Content 129 SD Unknown rad. Content 130 SD Unknown rad. Content 131 SD Unknown rad. Content 132 FLO SD 2 on shelf, 1 on ceiling Unknown rad. Content 133 SD Unknown rad. Content 134 SD Unknown rad. Content 138 SD Unknown rad. Content 202 SD Unknown rad. Content 203 SD Unknown rad. Content 204 SD Unknown rad. Content ®AATiJQ1i 9/2/2009 2:10:54 PM Page 4 of 6 Environmental Scientists and.Engineers LLC ;BUILDING: Former Elks Lodge (7955010) Material Room ID Code Comments 205 SD Unknown rad. Content 207 CF FL4 SD Water fountain One in closet Unknown rad. Content 210 SD Unknown rad. Content 211 SD Unknown rad. Content 212 SD Unknown rad. Content 213 SD Unknown rad. Content 214 EX SD 1 on north, 2 on east Unknown rad. Content 215 SD Unknown rad. Content 220 SD Unknown rad. Content 221 SD Unknown rad. Content 223 SD Unknown rad. Content 300 SD Unknown rad. Content 302 SD . Unknown rad. Content 304 SD Unknown rad. Content 305 MTG SO North wall, east end Unknown rad. Content 306 SD Unknown rad. Content 307 SD Unknown rad. Content 308 SD Unknown rad. Content 309 SD Unknown rad. Content 310 SD Unknown rad. Content 311 SD Unknown rad. Content 312 SD Unknown rad. Content 313 SD Unknown rad. Content 314 SD Unknown rad. Content B-03 CE OT SD Golden Tee Arcade Neon bar lights Unknown radioactive content B-04 SD Unknown radioactive content B-04A SD Unknown radioactive content B-04B SD Unknown rad. Content B-05 SD Unknown radioactive content B-055A SD Unknown radioactive content 9/2/2009 2:10:54 PM Page 5 of 6 Environmental Scientists and Engineers LLC ;BUILDING: Former Elks Lodge (7955010) Room ID Material Code Comments B-06 SD Unknown rad. Content B-07 SD Unknown rad. Content B-08 SD Unknown rad. Content B-09 SD Unknown rad. Content B-10 SD Unknown rad. Content B-10A SD Unknown rad. Content B-11 SD Unknown rad. Content B-12 SD Unknown radioactive content B-13 SD Unknown rad. Content B-13A SD Unknown rad. Content B-15 SD Unknown rad. Content B-16 FLO SD CF bulbs Unknown rad. Content B-17 SD Unknown rad. Content B-19 SD Unknown rad. Content B-20 SD Unknown rad. Content B-21 FLO SD CF bulb Unknown rad. Content B-23 CE MEF SD Elevator controls — 150 gallons of oil Unknown radioactive content Ick"/ 9/2/2009 2:10:55 PM Page 6 of 6 Environmental Scientists and Engineers LLC sh Environmental Scientists :and Engineers, LLC Corporate Headquarters: Boulder. Colorado Grand Junction, Colorado Colorado Springs. Colorado Fort Collins. Colorado Quito, Ecuador Lima, Peru 4. The Work Schedule. The Service Provider shall perform the Scope of Services in accordance with the work schedule attached hereto as Exhibit ," consisting of ( ) page[s], and incorporated herein by this reference (the "Work Schedule"). 5. Contract Sum. In consideration of the Service Provider's performance hereunder, the DDA agrees to compensate the Service Provider, subject to additions and deletions as provided for herein, in accordance with attached Exhibit " ," consisting of ( ) page[s], and incorporated herein by this reference. 6. DDA Representative. The DDA has designated , of the DDA, as its representative for this project (the "DDA Representative"). The DDA Representative shall, within his or her scope of authority, handle all matters related to this Contract (the "DDA Representative'). The Service Provider should direct all communications to the DDA Representative. 7. Notice to Proceed. Excepting off -site preparatory arrangements, the Service Provider shall not commence performance of the Scope of Services until receiving notice to proceed from the DDA. Upon the happening of all of the following events, the DDA shall send notice to the Service Provider indicating that it may commence with the Scope of Services ("Notice to Proceed"): a. execution of this Contract; b. receipt by the DDA of certificates of insurance which demonstrate that the requirements of Section 17 hereof have been satisfied; and c. If subcontractors are to be used by the Service Provider, approval by the DDA of all such subcontractors, as required by Section 13 hereof. 8. Reporting Requirement. Commencing days after the date of execution of this Agreement, and continuing every days thereafter for the term hereof, the Service Provider shall provide to the DDA Representative a report on of the status of the work with respect to the Scope of Services, Work Schedule and other material information. Failure to provide any required monthly report may, at the option of the DDA, suspend the processing of any payment request. 9. Early Termination by DDA. Notwithstanding the term hereof, the DDA shall have the right to terminate this Contract at any time without cause by providing written notice of early termination to the Service Provider. Such notice shall be delivered at least fifteen days (15) prior to the termination date contained in said notice, unless otherwise agreed to in a writing signed by the DDA and the Service Provider. In the event of early termination by the DDA, the Service Provider shall be paid for services rendered prior to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Contract. Such payment shall be the Service Provider's sole right and remedy for such early termination 10. Changes to Scope of Services. The Service Provider shall not deviate from the specifications contained in the Scope of Services without the prior written consent of the DDA. The DDA shall have the right during the term hereof to request changes to the Scope of Services through written change order requests. Once the DDA has delivered notice of such change to the Service Page 5 of 14 DDA.Services Contract. Limited Construct ion.Revised. 12/09 Provider, no work related to the requested change shall proceed until the parties have reached agreement regarding changes in price or scheduling requirements related to the requested change, and a written change order documenting the agreed -upon terms is prepared and issued by the DDA. No such changes or additions shall be considered approved, binding or enforceable until the parties hereto have signed such change order form. 11. Formal Acceptance of Completed Work. The Service Provider shall provide written notice of project completion to the DDA within seven (7) days of completing the Scope of Services (hereinafter "Notice of Completion"). Not more than fourteen (14) days after receipt of Notice of Completion, the DDA shall inspect the completed work and shall provide a written response to the Service Provider, informing it that: (1) the DDA fmds that the Scope of Services has been completed in a manner consistent with the terms and provisions of this Contract and it formally accepts the completed work; or (2) the Scope of Services has not been completed in a manner consistent with this Contract and the completed work has been rejected by the DDA because of inconsistencies, defects or other issues, which the Service Provider must then cure, at its own expense, within a reasonable amount of time considering the nature of such inconsistencies, defects or issues. 12. Limited Role of the City / Standing of the City to Enforce Certain Terms. The Service Provider hereby acknowledges that the City's role in this project was and is limited to contract procurement for and on behalf of the DDA. In recognition thereof, the Service Provider agrees that the City shall not be responsible for the performance of any of the DDA's duties or obligations hereunder, and shall hold the City harmless in the event of any breach of this Contract by the DDA. Furthermore, the parties hereto agree that the City shall have standing under this Contract, to the same degree as if it was a signatory to this Contract, to enforce any right, privilege or benefit herein expressly conferred to the City. 13. Use of Subcontractors. The Service Provider shall employ and contract with only those persons or entities that are properly skilled, accredited, certified and/or licensed, as applicable, to safely and competently perform work of the type and scope which they will be performing. Such subcontractors shall at all times be under the direct supervision and control of the Service Provider, and whenever any person working with or for any subcontract shall appear to be incompetent or to act in a disorderly or improper manner at the work site, the Service Provider shall remove such person from the worksite. All subcontractors that will be performing work hereunder must be approved by the DDA prior to performing any such work. Within seven (7) days of the execution of this Contract, the Service Provider shall submit to the DDA the names of all subcontractors it is proposing to use for services to be provided hereunder. The DDA shall have fourteen (14) days after receipt of such notice to object to any subcontractors proposed by the Service Provider. The Service Provider shall not employ any subcontractors that the DDA objects to as lacking capability to safely and competently perform work of the type and scope anticipated. 14. Safety at Worksite. In completing the Scope of Services, the Service Provider shall at all times use best efforts to safeguard and protect from damage the work site[s] and all other property involved with or in proximity to the work site[s], or any other area in which work directly or indirectly related to the Scope of Services is being performed. The Service Provider shall be solely responsible for maintaining a safe work site and work environment, and for protecting from work area hazards the Service Provider's employees, agents, subcontractors and the general public, including, by way of example and without limitation, passers-by, area residents, motorists, Page 6 of 14 DDA.Services Contract.Limited Construction. Revised.12/09 bicyclists, pedestrians and children. The Service Provider shall be solely responsible for implementing, providing and maintaining during the term hereof any and all safety measures or precautions required by local, state or federal law, as well as those measures and precautions regularly taken by those engaged in work similar to that being performed hereunder by the Service Provider. 15. Responsibility for Employees, Agents and Subcontractors. The Service Provider hereby agrees that it shall be fully responsible and answerable for the acts and omissions of its employees and agents, and for those of its subcontractors, and any persons either directly or indirectly employed by any subcontractor, to the same degree as acts and omissions of persons the Service Provider directly employs. Nothing herein contained shall create any contractual relationship between a subcontractor and the DDA or the City, except to the extent the DDA or the City is indemnified or insured through requirements upon said subcontractor. If subcontractors are used, the DDA shall have the right to require, prior to final payment to the Service Provider, the submission of lien waivers, in a form reasonably acceptable to the DDA, by any such subcontractors. 16. Coordination, Quality and Accuracy of Services. The Service Provider shall be responsible for the coordination of all services between the Professional and its subcontractors. The Service Provider shall be responsible for the professional quality, technical accuracy, timely completion and coordination of all services rendered by the Service Provider and its subcontractors, which services shall include, by way of example and without limitation, designs, plans, reports, specifications, and drawings, and the Service Provider shall, without additional compensation, promptly remedy and correct any errors, omissions, or other deficiencies. 17. Insurance Requirements. The Service Provider shall provide and maintain during the term hereof, at its own expense, and from insurance companies acceptable to the DDA, the insurance coverage designated hereinafter, and shall require the same of all subcontractors providing services in connection with this Contract: A. Employee Insurance. The Service Provider shall provide for all of its employees engaged in work performed under this Contract: i. Workers' Compensation. In accordance with the laws of the State of Colorado. ii. Employer's Liability Insurance. In an amount not less than One Hundred Thousand Dollars ($100,000.00) per occurrence, Five Hundred Thousand Dollars ($500,000.00) aggregate, for each employee. B. Liability Insurance. The Service Provider shall provide the following liability insurance coverage: Commercial General Liability and Automobile Liability Insurance. Commercial general liability and commercial automobile liability insurance as will provide coverage for claims for damages resulting from bodily injury or death, as well as for claims for property damage or loss, Page 7 of 14 DDA.Services Contract. Limited Construction. Revised.12/09 which damages may arise directly or indirectly from the performance of work under this Contract. Amount of coverage for commercial general liability shall be not less than One Million Dollars ($1,000,000.00) combined single limits, per occurrence, for bodily injury, death and property damage or loss. Amount of coverage for commercial automobile liability shall be not less than One Million Dollars ($1,000,000.00) combined single limits, per accident, for bodily injury, death and property damage or loss, and coverage shall extend to any vehicle (including owned, hired and non -owned vehicles) used by the Service Provider, or with the consent of the Service Provider, in connection with the performance of the Scope of Services. The DDA shall be named on such policy or polices as an additional insured with primary coverage. Such policy or policies shall contain a standard cross -liability endorsement, and shall also contain substantially the following statement: "The insurance covered by this Certificate shall not be canceled or materially altered, without ten (10) days' prior written notice to the Fort Collins, Colorado, Downtown Development Authority." ii. Professional Liability Insurance. Professional liability insurance covering errors and omissions of the Professional. Amount of coverage shall be not less than One Million Dollars ($1,000,000.00). iii. Certificates of Insurance. Prior to commencing work hereunder, the Service Provider shall furnish the DDA with certificates of insurance for all liability insurance required herein, which show the type, amount, class of operations covered, effective dates and date of expiration of such policies. C. Subcontractor Liability. In the event that any work performed hereunder is performed by a subcontractor, the Service Provider shall be responsible for any and all liability resulting from, arising out of or in any way connected with the work performed under this Contract by such subcontractor, which liability is not covered by such subcontractor's insurance. D. Breach of Insurance Requirements. In the event the Service Provider breaches any provision of this Section17, the DDA shall have the right, but not the obligation, to take out and maintain throughout the term hereof any insurance policy or policies necessary to meet the insurance requirements contained herein, and the DDA shall have the right to deduct the cost of such policy or policies from payments due, or which may become due, to the Service Provider. Page 8 of 14 DDA.Services Contract. Limited Construction. Revised.12/09 18. Indemnity. The Service Provider hereby agrees to indemnify, save and hold harmless, to the fullest extent permitted by law, the DDA and the City, their members, directors, officers, employees and agents, from and against any and all actions, suits, claims, demands, liability, loss, cost, expense or damage, of any nature whatsoever, including judgments, attorneys' fees and other reasonable legal expenses, resulting from, arising out of or in any way connected with the Service Provider's performance hereunder. In any and all actions, claims, suits or demands against the DDA or the City, or their officers, directors, members, employees and agents, by any employee or agent of the Service Provider, or of any the Service Provider's subcontractors, the indemnification obligation under this Section 18 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the .Service Provider or any subcontractor under workers' compensation laws, disability benefit laws or other employee benefit laws provided by local, state or federal law. 19. Licenses and Business Requirement. During the term hereof, the Service Provider shall hold, in the Service Provider's name, all certifications, licenses and permits required by local, state or federal law to perform the Scope of Services, and the Service Provider shall have full authority to do such business in the State of Colorado. The Service Provider shall also maintain a designated place of business for making and accepting communications with or from the DDA. 20. Legal Compliance and Quality of Performance. The Service Provider warrants to the DDA that it shall exercise the highest degree of competence and care, as determined by accepted standards for work of a similar nature, in performing any services or work hereunder, and that such services and work shall be performed in accordance with local, state and federal law, including, by way of example and without limitation, the Colorado Air Pollution Prevention and Control Act, C.R.S. §25-7-101 et seq., and the Colorado Hazardous Waste Act, C.R.S. § 25-15-101 et seq. 21. Failure to Complete. In the event that the Service Provider becomes unable or unwilling to complete performance in accordance with the terms hereof, any and all work completed prior to the effective date of such inability or unwillingness to perform shall be the property of the DDA. The DDA shall be entitled to withhold any sums not yet paid to the Service Provider, and may use any such sums toward completion of the Scope of Services in any manner the DDA, in its. sole discretion, deems appropriate. 22. Notice. Any notice required or desired to be given by any party to this Contract shall be in writing and may be: (1) personally delivered; (2) sent by certified mail, return receipt requested; or (3) sent by a nationally recognized receipted overnight delivery service, including the United States Postal Service, United Parcel Service, Federal Express, or Airborne Express, for earliest delivery the next day. Any such notice shall be deemed to have been given and received as follows: (1) when personally delivered to the party to whom it is addressed; (2) when mailed, three delivery (3) days after deposit with the United States Postal Service, postage prepaid; and (3) when by overnight delivery service, one (1) day after deposit in the custody of the delivery service. The addresses for the mailing or delivering of notices shall be as follows: Page 9 of 14 DDA.Services Contract. Limited Construction. Revised.12/09