Loading...
HomeMy WebLinkAboutBID - 6053 ASBESTOS ABATEMENTAdministrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com CITY OF FORT COLLINS INVITATION TO BID BID 6053 Asbestos Abatement at the Warehouse BID OPENING: 3:00 p.m. (our clock), May 4, 2007 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 proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd 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), May 4, 2007. A pre-bid meeting will be held April 23, 2007 at 10:00 a.m. at the site; 518 Loomis, Fort Collins. Questions concerning the scope of the bid should be directed to Project Manager Tracy Ochsner, (970) 224-6061. Questions regarding bid submittal or process should be directed to John D. Stephen, CPPO, CPPB, Senior Buyer (970) 221-6777. A copy of the Bid may be obtained as follows: 1. Download the Bid from the Purchasing Webpage, Current Bids page, at: https://secure2.fcgov.com/bso/login.jsp. 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 Bids may be withdrawn up to the date and hour set for closing.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. 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 Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com CITY OF FORT COLLINS INVITATION TO BID BID 6053 Asbestos Abatement at the Warehouse BID OPENING: 3:00 p.m. (our clock), May 4, 2007 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 proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd 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), May 4, 2007. A pre-bid meeting will be held April 23, 2007 at 10:00 a.m. at the site; 518 Loomis, Fort Collins. Questions concerning the scope of the bid should be directed to Project Manager Tracy Ochsner, (970) 224-6061. Questions regarding bid submittal or process should be directed to John D. Stephen, CPPO, CPPB, Senior Buyer (970) 221-6777. A copy of the Bid may be obtained as follows: 1. Download the Bid from the Purchasing Webpage, Current Bids page, at: https://secure2.fcgov.com/bso/login.jsp. 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. 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 BID 6053 ASBESTOS ABATEMENT AT THE WAREHOUSE BID OPENING: May 4, 2007, 3:00p.m., (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR ASBESTOS ABATEMENT AT THE WAREHOUSE PER THE BID INVITATION AND ANY REFERENCED SPECIFICATIONS AND DRAWINGS: The City of Fort Collins' is requesting bids for the asbestos abatement, at the warehouse located at 518 N Loomis Ave, Fort Collins, CO. Asbestos abatement materials must be removed in accordance with applicable Federal, State and local requirements, and Asbestos Abatement Work Plan. Project must be completed within 14 working days or as approved by the Project Manager. Contractor must enter into the attached Service Agreement and name the City of Fort Collins as an additional insured per Exhibit “B”. A pre-bid meeting will be held April 23, 2007 at 10:00 a.m. at the site. If questions on these specifications, please call Tracy Ochsner, Project Manager at 970- 224-6061 or e-mail tochsner@fcgov.com. Purchasing questions should be referred to John Stephen, CPPO, CPPB, Senior Buyer at 970-221-6777 or e-mail jstephen@fcgov.com. BID SCHEDULE Our firm will remove asbestos abatement by competent persons trained, knowledgeable and qualified in the techniques of ACM removal, 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 NAME____________________________________________ Are you a Corporation, Partnership, DBA, LLC, or PC SIGNATURE____________________________________________ ADDRESS______________________________________________ ______________________________________________ PHONE/FAX #__________________________________________ E-MAIL ADDRESS_______________________________________ rev 09/01/06 4 SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ( ) page[s], and incorporated herein by this reference. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ( ) page[s],], and incorporated herein by this reference. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. Services shall be completed no later than . Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 4. Contract Period. [Option 1] This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect for one (1) year, unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for an additional period of one (1) year at the rates provided with written notice to the Professional mailed no later than ninety (90) days prior to contract end. 4. Contract Period. [Option 2] This Agreement shall commence rev 09/01/06 5 200 , and shall continue in full force and effect until 200 , unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Pricing changes shall be negotiated by and agreed to by both parties. The Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations 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 performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 6. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Service Provider: City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and rev 09/01/06 6 remedy for such termination. 7. Contract Sum. The City shall pay the Service provider for the performance of this Contract, subject to additions and deletions provided herein, the sum of Dollars ($ ). [Option Cost Breakdown is attached Exhibit "C"] 8. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 9. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 10. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 11. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 12. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. All goods supplied to the City shall be of the grade and quality specified hereunder, or, if not specified, of the most suitable grade and quality of their respective kinds for rev 09/01/06 7 their intended use. c. Service Provider warrants all goods, provided under this Agreement, except City- furnished goods, against defects and nonconformances in grade for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected good shall be replaced by Service Provider in a manner and at a time acceptable to City. 13. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 14. 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 uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non- defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. 15. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 16. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in rev 09/01/06 8 connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit , consisting of ( ) pages[s], attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580, Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 17. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 18. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 19. Prohibition Against Employing Illegal Aliens. This paragraph shall apply to all Contractors whose performance of work under this Agreement does not involve the delivery of a specific end product other than reports that are merely incidental to the performance of said work. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Contractor represents and agrees that: A. As of the date of this Agreement: 1. Contractor does not knowingly employ or contract with an illegal alien; and rev 09/01/06 9 2. Contractor has participated or attempted to participate in the basic pilot employment verification 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 “Basic Pilot Program”) in order to verify that Contractor does not employ any illegal aliens. B. Contractor shall not knowingly employ or contract with an illegal alien to perform works under this Agreement or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement. C. Contractor shall continue to apply to participate in the Basic Pilot Program and shall in writing verify same every three (3) calendar months thereafter, until Contractor is accepted or the public contract for services has been completed, whichever is earlier. The requirements of this section shall not be required or effective if the Basic Pilot Program is discontinued. D. Contractor is prohibited from using Basic Pilot Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. E. If Contractor obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Contractor shall: 1. Notify such subcontractor and the City within three days that Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Contractor 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. F. Contractor shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. G. If Contractor violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Contractor shall be liable for actual and consequential damages to the City arising out of Contractor’s violation of Subsection 8-17.5-102, C.R.S. H. The City will notify the Office of the Secretary of State if Contractor violates this provision of this Agreement and the City terminates the Agreement for such breach. rev 09/01/06 10 20. Special Provisions. [Optional] Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit , consisting of ( ) page[s], attached hereto and incorporated herein by this reference. CITY OF FORT COLLINS, COLORADO a municipal corporation By:_______________________________ James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management Date:_____________________________ ATTEST: _________________________________ City Clerk APPROVED AS TO FORM: ________________________________ Assistant City Attorney [Insert Corporation's name] or [Insert Partnership name] or [Insert individual's name] Doing business as ____[insert name of business] By:_______________________________ __________________________________ PRINT NAME __________________________________ CORPORATE PRESIDENT OR VICE PRESIDENT Date:_____________________________ ATTEST: (Corporate Seal) _____________________________ CORPORATE SECRETARY rev 09/01/06 11 EXHIBIT B INSURANCE REQUIREMENTS 1. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: "The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10) days written notice has been received by the City of Fort Collins." In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc i TABLE OF CONTENTS 1 INTRODUCTION..............................................................................................................................................1 2 SCOPE OF WORK............................................................................................................................................1 2.1 OPERATIONS AND MAINTENANCE SPECIALIZED CLEANING ....................................................2 2.1.1 AREAS TO BE CLEANED ..............................................................................................................................2 2.1.2 WORK PROCEDURES....................................................................................................................................2 2.1.3 INSPECTIONS BY OWNER/OWNERS REPRESENTATIVE .................................................................................3 2.2 ASBESTOS ABATEMENT.......................................................................................................................5 2.2.1 ACM AND MATERIALS CONTAINING TRACE AMOUNTS OF ASBESTOS TO BE REMOVED.............................5 2.2.2 WORK PROCEDURES....................................................................................................................................7 2.2.3 INSPECTIONS BY OWNER/OWNERS REPRESENTATIVE .................................................................................8 2.2.4 MAXIMUM ALLOWABLE ASBESTOS LEVEL (MAAL)..................................................................................9 3 SPECIAL CONSIDERATIONS.....................................................................................................................11 4 SUBMITTALS .................................................................................................................................................11 4.1 PLAN OF ACTION.......................................................................................................................................11 4.2 TECHNICAL SUBMITTALS ..........................................................................................................................11 5 SCHEDULE......................................................................................................................................................12 6 PROJECT COORDINATION........................................................................................................................12 7 INSURANCE....................................................................................................................................................13 8 QUALIFICATIONS AND LIMITATIONS ..................................................................................................13 LIST OF TABLES TABLE 1. ACM AND MATERIALS CONTAINING TRACE AMOUNTS OF ASBESTOS TO BE REMOVED WAREHOUSE STRUCTURE ...............................................................................................................................................5 TABLE 2. ACM TO BE REMOVED FLEET SERVICES BUILDING ..................................................................................7 LIST OF APPENDICES APPENDIX A FIGURES Figure 1 Areas to be Cleaned – Warehouse Structure, 518 North Loomis Avenue Figure 2 ACM and Trace Materials to be Removed - Warehouse Structure, 518 North Loomis Avenue Figure 3 ACM to be Removed – Fleet Services Building, 835 Wood Street Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc ii ACRONYM/ABBREVIATION LIST The following acronyms and abbreviations have been used in this Work Plan for the City of Fort Collins Warehouse Structure and Fleet Services Building project located in Fort Collins, Colorado: ACM Asbestos-Containing Material CDPHE Colorado Department of Public Health and Environment CFR Code of Federal Regulations DOT United States Department of Transportation f/cc Fibers per cubic centimeter f/m3 Fibers per cubic meter HEPA High Efficiency Particulate Air LF Linear Feet MAAL Maximum Allowable Asbestos Level NAM Negative Air Machine NIOSH National Institute for Occupational Safety and Health O&M-SC Operations and Maintenance Specialized Cleaning OSHA United States Department of Labor, Occupational Safety and Health Administration Owner City of Fort Collins PCM Phase Contrast Microscopy PEL Permissible Exposure Limit SF Square Feet s/mm2 Structures per square millimeter TEM Transmission Electron Microscopy TWA Time-Weighted Average US United States USEPA U.S. Environmental Protection Agency WALSH Walsh Environmental Scientists and Engineers, LLC Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 1 OPERATIONS AND MAINTENANCE SPECIALIZED CLEANING AND ASBESTOS ABATEMENT WORK PLAN CITY OF FORT COLLINS WAREHOUSE STRUCTURE 518 NORTH LOOMIS AVENUE AND FLEET SERVICES BUILDING 835 WOOD STREET FORT COLLINS, COLORADO 1 INTRODUCTION Walsh Environmental Scientists and Engineers, LLC (WALSH) conducted renovation specific building inspections on January 23, 2007 at the City of Fort Collins Warehouse Structure located at 518 North Loomis Avenue, and on February 15, 2007 at the Fleet Services Building located at 835 Wood Street in Fort Collins, Colorado. The scope of work of the inspections consisted of performing a visual assessment and collecting bulk samples of suspect building materials. In addition, on February 23, 2007 and March 4, 2007, WALSH performed asbestos air monitoring and asbestos dust sampling at the Warehouse Structure. The air monitoring and dust sampling was conducted as a precautionary measure because materials containing a trace amount of asbestos were inadvertently disturbed during renovation activities. The intent of this phase of the project is to perform operations and maintenance-specialized cleaning (O&M-SC), to address potential for asbestos in settled dust to become airborne at the Warehouse Structure. In addition, this project is intended to remove asbestos-containing materials (ACMs) at the Warehouse Structure and Fleet Services Building. 2 SCOPE OF WORK The work specified herein shall be the O&M-SC of the entire interior of the Warehouse Structure and the removal of ACMs in the Warehouse Structure and Fleet Services Building by competent persons trained, knowledgeable, and qualified in the techniques of asbestos abatement. This includes the handling and disposal of ACM and asbestos contaminated materials and the subsequent cleaning of contaminated areas. The 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. Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 2 2.1 OPERATIONS AND MAINTENANCE SPECIALIZED CLEANING 2.1.1 Areas to Be Cleaned Two options for cleaning the interior of the Warehouse Structure will be considered by the City of Fort Collins (Owner). Option A is to clean all the exposed horizontal surfaces within the warehouse. Option B is to clean all surfaces within the warehouse. The total area of the warehouse is approximately 21,000 square feet. 2.1.2 Work Procedures The following procedures must be adhered to at a minimum, but all work is to be performed according to all U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) regulations for asbestos and all other applicable laws and regulations: Option A (Horizontal Surfaces) ƒ Restrict entry to the area and post warning signs to prevent entry to the area by persons other than those necessary to complete the work. ƒ Put in place a minimum three foot by three foot change room contiguous with the work area. Place and start a sufficient number of high efficiency particulate air (HEPA) equipped negative air machines (NAMs) to ventilate the work area a minimum of four air exchanges per hour. NAM exhaust must be discharged to the outside of the buildings at all times. ƒ Once work has commenced, all persons entering the work area will at a minimum don a half-mask air-purifying respirator with HEPA cartridges and protective coveralls. If personal air monitoring (performed in accordance with OSHA requirements) shows the worker exposure is below 0.010 fibers per cubic centimeter (f/cc), downgrading the worker protection will be considered and must be approved by the Owner/Owners representative.. ƒ Cleaning will start at an area furthest from the NAMs and progress towards the NAMs to minimize contamination of areas already cleaned. ƒ HEPA vacuum all carpets, upholstery, and other porous surfaces within the work area. ƒ HEPA vacuum and/or wet-wipe all non-porous horizontal surfaces within the work area thoroughly so that no visible dust or debris remains. Option B (All Surfaces) ƒ Restrict entry to the area and post warning signs to prevent entry to the area by persons other than those necessary to complete the work. Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 3 ƒ Put in place a minimum three foot by three foot change room contiguous with the work area. Place and start a sufficient number of HEPA equipped NAMs to ventilate the work area a minimum of four air exchanges per hour. NAM exhaust must be discharged to the outside of the buildings at all times. ƒ Once work has commenced, all persons entering the work area will at a minimum don a half-mask air-purifying respirator with HEPA cartridges and disposable protective coveralls. If personal air monitoring (performed in accordance with OSHA requirements) shows the worker exposure is below 0.010 f/cc, the worker protection may be downgraded. ƒ Cleaning will start at an area furthest from the NAMs and progress towards the NAMs to minimize contamination of areas already cleaned. ƒ HEPA vacuum all carpets, upholstery, and other porous surfaces within the work area. This option includes moving and/or un-stacking materials/equipment to clean all surfaces. ƒ HEPA vacuum and/or wet-wipe all non-porous surfaces within the work area thoroughly so that no visible dust or debris remains. This option includes moving and/or un-stacking materials/equipment to clean all surfaces. 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 responsibility of the Contractor. The Owner will not be responsible for theft or vandalism of Contractor’s equipment that is left on site. 2.1.3 Inspections by Owner/Owners Representative Project inspection requirements are summarized below. ƒ 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. ƒ 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. Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 4 ƒ 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. ƒ 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 forty-eight hour advance notice of impending inspection is required. Contractor shall request in writing required Owner/Owners representative inspections including the time and date of the requested inspection. ƒ 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. ƒ 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: - Pre-O&M-SC Inspection Initiation of the O&M-SC shall not take place until Owner/Owners representative has inspected area preparation work and given approval. - Final Visual Inspection The work area must be completely dry, during the inspection with no water droplets remaining or saturation on polyethylene sheeting or other surfaces in the work area. Upon completion of O&M-SC, the Owner/Owners representative will perform a thorough visual inspection. This visual inspection will confirm that all specified surfaces have been thoroughly cleaned and shall be free of visible dust and debris. ƒ The inspections specified 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. ƒ It will be necessary that the Contractor successfully confine fiber release to the designated work area. 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 Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 5 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. ƒ The Contractor is required to clean all the specified surfaces. Any dust or debris, missed, not accessed or cleaned thoroughly, and later discovered by the Owner/Owners representative, will be corrected by the Contractor at no cost to the Owner/Owners representative. ƒ The Owner/Owners representative will perform the final visual inspection for the work area. ƒ The Contractor may be charged for any re-inspections of the work areas at the discretion of the Owner. 2.2 ASBESTOS ABATEMENT The work specified herein shall be the removal of ACMs in the Warehouse Structure and Fleet Services Building by competent persons trained, knowledgeable, and qualified in the techniques of asbestos abatement. This includes the handling and disposal of ACM and asbestos contaminated materials and the subsequent cleaning of contaminated areas. The 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. 2.2.1 ACM and Materials Containing Trace Amounts of Asbestos to be Removed The following table lists the locations, materials, percentage, and type of asbestos, as well as the approximate quantities of ACMs and materials containing trace amounts of asbestos to be removed. TABLE 1. ACM and Materials Containing Trace Amounts of Asbestos to be Removed Warehouse Structure 518 North Loomis Avenue, Fort Collins, Colorado Material Description Material Location* Material Type Friability Percentage and Type of Asbestos Approximate Quantity** FTC01 – Cream Floor Tile w/ Reddish-Brown Streaks, 12” x 12” Warehouse Structure - Break Room and hallway Miscellaneous Category I Non- friable 4% Chrysotile 385 SF Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 6 Material Description Material Location* Material Type Friability Percentage and Type of Asbestos Approximate Quantity** FTC03 – Light- gray Tile w/ Brown and White Streaks, 12" x 12” Warehouse Structure - South Doorway of Break Room Miscellaneous Category I Non- friable 3% Chrysotile 16 SF FTC04 – Brown Tile, 12" x 12” Warehouse Structure - Break Room and hallway, under FTC01 Miscellaneous Category I Non- friable 2% Chrysotile 385 SF SOA01 – White Pearlitic Spray- on Acoustical Ceiling Texture Warehouse Structure - Conference Room Surfacing Friable 7 to 8% Chrysotile 369 SF TS03 – White/ Tan Medium Orange Peel Textured Wall Surfacing Warehouse Structure - Northern Wall of Area Surfacing Friable 3% Chrysotile 775 SF CDW01 – Composite Drywall: White ½”, with Gray Paper and White Tape/Mud Warehouse Structure - Hallway, Break Room, Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 7 TABLE 2. ACM to be Removed Fleet Services Building 835 Wood Street, Fort Collins, Colorado Material Description Material Location* Material Type Friability Percentage and Type of Asbestos Approximate Quantity** SVF01 – Yellow/Tan/ Brown swirled sheet flooring Fleet Services - First Floor Women’s Restroom Miscellaneous Friable 20% Chrysotile 136 LF LF = Linear Feet * 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 2.2.2 Work Procedures Full containment controls are required for the removal of the ACMs and materials containing trace amounts of asbestos. 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: ƒ Put in place a fully operational decontamination unit contiguous with the work area, place and start a sufficient number of HEPA equipped NAMs to ventilate the work area, pre- clean and then construct and place critical barriers, impart a negative pressure differential between the work area and all surrounding areas. NAM exhaust must be discharged to the outside of the buildings at all times. ƒ All surfaces within the work area shall be thoroughly HEPA vacuumed and wet-wiped so that no visible dust or debris remains. All moveable objects must be removed from work area prior to containment construction by the Contractor. ƒ Proceed with containment construction and establish a negative pressure differential of at least -0.030 inches of water. 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, gross removal and final cleaning can commence. All materials will be removed by hand using wet methods. 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. 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 responsibility of the Contractor. The Owner will not be responsible for theft or vandalism of Contractor’s equipment that is left on site. Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 8 2.2.3 Inspections by Owner/Owners Representative Project inspection requirements are summarized below. ƒ 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. ƒ 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. ƒ 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. ƒ 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 forty-eight hour advance notice of impending inspection is required. Contractor shall request in writing required Owner/Owners representative inspections including the time and date of the requested inspection. ƒ 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. ƒ 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: - 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. Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 9 ƒ 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. ƒ 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. ƒ The Contractor is required to remove all specified ACMs and materials containing trace amounts of asbestos. 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. ƒ 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 f/cc 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. ƒ The Contractor may be charged for any re-inspections and/or re-sampling of the work areas at the discretion of the Owner. 2.2.4 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. Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 10 ƒ 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 (f/m3). 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/mm2). 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 general abatement contractor to avoid possible conflict of interest. ƒ 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. - 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 area, final clearance air samples will be taken within the area. Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 11 ƒ 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. ƒ 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. 3 Special Considerations The O&M-SC portion of this project (identified in Section 2.1) must be completed prior to commencing work on the asbestos abatement portion of the project. 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) Respiratory Protection Program Daily Field Logs Disposal Manifests Hazard Communication Program Daily Entry/Exit Sign-in Sheets Owner’s Final Inspection Medical Response Program Visitor Documentation Forms Change Orders General Abatement Certificate Event Condition Report Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 12 List of Personnel to be Used 24-hour Manometer Chart Personnel Certifications Personal Air Monitoring Results Plan of Action Accident Reports Project Sequencing and Schedule Photographs (digital) Disposal Facility Information 5 SCHEDULE Contractor is not authorized to apply for the asbestos abatement permits prior to being issued the notice of award from the City of Fort Collins (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 and O&M-SC activities may begin during the ten day waiting period. The Contractor will mobilize no later than the tenth day of the permit waiting period and will commence abatement work within twenty-four hours of the end of the permit waiting period. This project shall be completed within ten working days from the effective date of the permit. Project hours will be 8:00 A.M. to 5:00 P.M., Monday through Friday. 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 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: ƒ 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. ƒ 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. ƒ 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. Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc 13 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. 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 report by anyone other than the client or its designees will require written authorization by WALSH. Environmental Scientists and Engineers, LLC 4/6/2007 Warehouse Structure - Fleet Services Building Work Plan.doc APPENDIX A FIGURES Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com ADDENDUM No. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid : 6053 Asbestos Abatement at the Warehouse OPENING DATE: 3:00 P.M. (Our Clock) May 4, 2007 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. • BID INFORMATION: 1) Your lump sum bid must include cleaning all items, but during the cleaning it will be determined on a case by case basis if an item is not valuable enough to be cleaned (example wooden pallets). 2) There will not be any air clearances after the O&M specialized cleaning is complete; the area will be subject to a visual inspection as detailed in the bidding documents. 3) The Christmas decorations may be cleaned by placing them in front of a bank of negative air machines and blowing them with a leaf blower. 4) Open boxes will need the inside cleaned, sealed items will not. 5) The area to be cleaned can be divided into smaller work areas, however the south area must be completely cleaned prior to abatement starting. 6) Drywall removal will include the north side of the southern most wall in the work area. 7) Only the exterior of the roll off dumpster located inside the warehouse needs to be cleaned. 8) There is 225 square feet of sheet flooring (SVF01) to be removed at 835 Wood Street, not 136 square feet. • PRE BID ATTENDEES LIST (attached) • REVISED BID SCHEDULE: Complete and submit the attached REVISED bid schedule. Please contact John D. Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. ADDENDUM 1 6053 ASBESTOS ABATEMENT AT THE WAREHOUSE BID SCHEDULE: Our firm will remove asbestos abatement by competent persons trained, knowledgeable and qualified in the techniques of ACM removal, 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. The City reserves the right to award the project that is most advantageous to the City. Award will be based on the ACM removal and may include either Option A or Option B. 1) Remove ACM’s at the Warehouse Lump Sum $______________ 2) Remove ACM’s at Fleet Services Ladies Restroom Lump Sum $_______________ 3) Option A (Horizontal Surfaces) Lump Sum $_______________ 4) Option B (All Surfaces) Lump Sum $_______________ FIRM NAME____________________________________________ Are you a Corporation, Partnership, DBA, LLC, or PC SIGNATURE____________________________________________ ADDRESS______________________________________________ ______________________________________________ PHONE/FAX #__________________________________________ E-MAIL ADDRESS_______________________________________ Administrative Services Purchasing Divison 215 North Mason Street y 2nd Floor y P.O. Box 580 y Fort Collins, CO 80522-0580 y (970) 221-6775 y Fax (970) 221-6707 www.fcgov.com ADDENDUM No. 2 SPECIFICATIONS AND CONTRACT DOCUMENTS Description of bid: 6053 Asbestos Abatement at the Warehouse OPENING DATE: 3:00 (Our Clock) May 9, 2007 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGE: 1. OPENING DATE: 3:00 (Our Clock) May 9, 2007 2. Project work must be completed in 30 days or as approved by the Project Manager. 3. Contractor will work only normal work hours, 8AM to 5PM Monday through Friday, or as approved by Project Manager. 4. Material Description TS04 - White chalky, wall texture on concrete masonry unit (east wall) - clean wall and remove only loose material - total removal not required. The surfacing ACM (.25% - .75% chrysotile) will be enclosed by the City of Fort Collins. Please contact John D. Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6777 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. Conference Room, walls and ceilings. Miscellaneous Friable 0.4% to 0.5% Chrysotile (Composite) 2,261 SF CDW03 – Composite Drywall: White 3/8”, with White Tape/Mud Warehouse Structure - Northern Wall of Area Miscellaneous Friable 0.6% Chrysotile (Composite) 775 SF FLC01 – White Chalky Floor Leveling Compound Warehouse Structure - Conference Room, under carpet Miscellaneous Friable < 0.25% Chrysotile (Point Count) 369 SF FTC01- (Mastic) Black Mastic (associated with Cream Floor Tile w/ Reddish- Brown Streaks, 12” x 12”) Warehouse Structure - Break Room and hallway Miscellaneous Category I Non- friable < 0.25% Chrysotile (Point Count) 385 SF TS01 – White, Chalky, Heavy Troweled Wall Texture Warehouse Structure - Conference Room Surfacing Friable 0.25% Chrysotile (Point Count) 560 SF TS04 – White, Chalky, Wall Texture on Concrete Masonry Unit Warehouse Structure - Break Room Surfacing Friable 0.25 to 0.75% Chrysotile (Point Count) 144 SF SF = Square Feet * 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