unit price contract for asbestos abatement · 8/22/2017 · wcps rfp 2018-12 unit price contract...
Post on 13-Aug-2020
4 Views
Preview:
TRANSCRIPT
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
Request for Proposals
Unit Price Contract for Asbestos Abatement
RFP #2018-12
Procurement Schedule
Issue Date: August 22, 2017
Pre-Proposal Meeting: September 7, 2017 at 11:00 AM EST
Washington County Public Schools
Center for Education Services
10435 Downsville Pike
Hagerstown, Maryland 21740
Deadline for Written Questions Submission: September 8, 2017 by 1:00 PM EST
Proposal Due: September 19, 2017 by 11:00 AM EST Washington County Public Schools
Center for Education Services
10435 Downsville Pike
Hagerstown, Maryland 21740
Tentative Award Date: October 17, 2017
Dates and/or times are subject to change by the issuing of a written addendum.
WCPS Contract Managers
Procurement Officer Contract Administrator Scott Bachtell Mark Mills
Supervisor of Purchasing Director of Maintenance and Operations
301-766-2842 301-766-2978
bachtSco@wcps.k12.md.us millsmar@wcps.k12.md.us
This RFP document is posted on the WCPS Purchasing website at www.wcpspurchasing.com. This is also the source for
any/all addenda. Please register your company for notices about this RFP and similar projects on our web site.
1
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
TABLE OF CONTENTS
Sections Page
I. General Terms & Conditions 3-14
II. Specific Terms & Conditions 15-19
III. Proposal Format and Submission 20-21
IV. Specifications 22-93
Required Attachments
A. Technical Proposal
Qualifications Proposal:
1. AIA A305 Form—1986—Contractor’s Qualification Statement.
2. Supplemental Questionnaire*
3. Employee Certification List*
4. Resume of AHERA certified Project Designer
5. Copy of State of Maryland Registration
6. Copy of State of Maryland license for Asbestos Removal/Encapsulation
7. Copy of Current Certificate of Insurance
B. Price Proposal Form*
C. Contract Affidavit
D. Mandatory Bid/Proposal Affidavit
E. Specification, Price, and Addenda Signature Acknowledgment
F. Electronic Copy of Technical Proposal
G. Electronic Copy of Price Proposal
*Included in the RFP package and available as separate fillable documents on the WCPS Purchasing website.
Sample Included:
Sample AIA Standard Form of Agreement A101-2007 – Asbestos
RFP 2018-12 Asbestos Abatement Project Form
2
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
SECTION I - GENERAL TERMS AND CONDITIONS
1. Introduction
The intent of this invitation for bids (IFB) is to establish Unit Price Contract (UPC) for asbestos abatement services
for Washington County Public Schools (WCPS). The contractor shall provide all labor, materials, supplies,
equipment and incidentals needed to perform the timely and successful removal of materials containing asbestos,
from identified areas of a project.
The resulting Unit price contract (UPC) will be awarded to a minimum of two qualified and experienced companies
who will be invited to provide price quotations during the contract period. In the development of price quotations,
the maximum unit prices submitted and awarded under this UPC may not be exceeded, but can be reduced at the
discretion of the offeror on a competitive per project basis. Price quotations under the UPC contract will be fixed,
firm offers for services. WCPS will place task orders, including contract addendums, for services against this UPC
contract to the lowest cost responsive contractor on a per project basis. WCPS is not obligated to utilize the UPC
contract and may elect to solicit bids or quotes at its discretion.
The contractor awarded a project under the UPC will be responsible for the timely abatement of materials containing
asbestos as specified and directed by the responsible WCPS personnel. Work may be required to be performed at
any WCPS facility location. Work may be performed as a single project or part of a renovation project under
separate contract. All work must be performed in strict accordance with the specifications and general conditions of
the contract, as well as any specific project requirements, which will be communicated in advance to the Contractor.
The contractor(s) shall be responsible and liable for compliance with all applicable laws, regulations, industry
standards for compliance, licensing, patented systems, and requirements as pertain to asbestos abatement and
disposal.
All abatement work, starting from initial testing and design to the creation of a waste manifest and final report, must
comply with the Asbestos Hazard Emergency Response Act (AHERA) and the Asbestos School Hazard Abatement
Reauthorization Act (ASHARA).
2. Bidder Registration
Vendors are solely responsible for completing the vendor registration process online at wcpspurchasing.com.
Contact Beverly Bergan, Purchasing Associate, at 301-766-2841, or by email to: bergabev@wcps.k12.md.us if you
have any questions or to check the status of your registration. Once registered in the WCPS Vendor Database, you
will be able to view current solicitations and may automatically receive notification of certain bid solicitations.
Washington County Public Schools will not be held responsible for a company’s failure to become and remain a
registered Vendor, to identify appropriate commodity/service categories, to keep the self-service vendor account up
to date with current contact information, and to accomplish these things in a timely manner. Bidders with a repeated
history of not bidding in a specific category may be removed from the Vendor Database for that category at the
discretion of the Purchasing Supervisor.
3. Receipt of Bids
a. Bids received prior to the time of opening will be time stamped and securely kept unopened. No bid received
after the due date and time listed will be considered. WCPS will not be responsible for the premature opening of
bids received that are not properly addressed or identified. Any bid may be withdrawn before the scheduled time
for opening bids.
b. All inner and outer envelopes and packaging, used by Fed Ex, UPS and etc., are to be labeled with the following:
Bidder Name
Bid Number and Name
Due Date and Time
c. Bids received after the designated date and/or time will not be accepted, regardless of when they were mailed or
3
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
given to a delivery carrier.
d. Bids not received by the date, time, and location designated on the solicitation cover sheet, due to improper
labeling, may be considered non-responsive.
In the event of inclement weather on the date when bids are scheduled to be opened and the WCPS offices are
closed, or operating under a modified schedule, bids will be opened on the next business day at the same time as
previously scheduled. Bids will be accepted until the scheduled time of opening on the next business day. Often
when schools are closed due to inclement weather, administrative offices remain open. When in doubt, call the
Purchasing Department (301-766-2840).
4. Addenda
a. All changes to the bid solicitation will be made through appropriate addenda issued from the Purchasing
Department.
b. Addenda will be available on the WCPS Purchasing Department webpage. Bidders should check the website
frequently while the Bid/RFP remains active and open to keep abreast of any posted addenda.
c. Addenda will be issued a minimum of five days prior to the bid opening date, unless the addenda issued extends
the due date.
d. Acknowledgement of each addenda shall be noted on the Signature and Addenda Acknowledgement form.
e. Each bidder shall ascertain, prior to submitting a bid that they have received all Addenda issued and the bidder
shall acknowledge receipt on the Signature Acknowledgement Form. Failure of any bidder to acknowledge the
receipt of addenda will not relieve that bidder from any obligations under this solicitation as amended by
addenda. All addenda so issued will become part of the award and contract documents.
5. Preparation of Bid
a. Should any bidder be in doubt as to the meaning of the specifications, or should they find any discrepancy or
omission, they shall notify the Contract Managers listed on the solicitation cover sheet. If required, bidders will
be notified of clarifications and/or additional information by means of addenda.
b. Each bid will be sealed, show the full business address and contact information of the bidder and be signed by
the person(s) legally authorized to sign contracts. All correspondence concerning the bid and contract, including
notice of award, copy of contract, and purchase order, will be emailed, or mailed, to the address shown on the bid
in the absence of written instructions from the bidder to the contrary.
c. Bidders shall be required under Article 56, Section 270(4), Annotated Code of Maryland, to provide proof of
Certificate of Registry and must be licensed to do business in the State of Maryland and must provide a tax
certification number. Visit the following website to ensure compliance:
https://certificate.dat.maryland.gov/Pages/default.aspx
d. By submitting a response to this solicitation, each Bidder represents that it is not in arrears in the payment of any
obligations due and owing the State of Maryland, including the payment of taxes and employee benefits, and that
it shall not become so in arrears during the term of the contract if selected for contract award.
e. Bids by partnerships must be signed with the partnership name, followed by the signature and designation of the
person having authority to sign. When requested, satisfactory evidence of authority of the person signing will be
furnished. Anyone signing the bid as an agent shall file satisfactory evidence of their authority to do so, if
requested.
f. Bids by corporations must be signed with the name of the corporation, followed by the signature and designation
of the person having authority to sign. When requested, satisfactory evidence of authority of the person signing
will be furnished. Anyone signing the bid as an agent shall file satisfactory evidence of their authority to do so, if
requested.
4
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
g. Failure to sign the bid document will result in rejection of the bid as non-responsive.
h. WCPS will not be responsible for any costs incurred by a bidder in preparing and submitting a proposal in
response to this solicitation.
6. Errors in Bid Submissions
a. Bidders, or their authorized representatives, are expected to fully inform themselves as to the conditions and
requirements of the specifications before submitting bids. Failure to do so will be at the bidder's own risk.
b. If the bidder has made an error, the bidder may request, in writing, to have their bid withdrawn. Approval of a
bidder's request is not automatic and may be given only by the Supervisor of Purchasing. Requests for
withdrawal are usually denied, unless the bidder proves to the satisfaction of the Supervisor of Purchasing that
the mistake was either a scrivener's error or another type of clearly unintentional error so departing from
customary and reasonable business practices as to be obvious and to legitimately and substantially impair the
vendor's business.
Neither law nor regulations make allowance for errors either of omission or commission on the part of the bidders.
In case of error in multiplication of unit price when arriving at total price per line item, the unit price shall govern. If
there is a discrepancy between the price written in numbers and the price written in words, the words will govern.
7. Award or Rejection of Bids
a. The basis of award shall be the lowest responsible bidder submitting a responsive bid that conforms to the
specifications established in the solicitation with consideration given to the quantities involved, time required for
delivery, purpose for which required, competency and responsibility of bidder, the ability of the bidder to
perform satisfactory service, and the plan for utilization of minority contractors, if applicable.
b. WCPS reserves the right to cancel this RFP, to determine completeness and/or timeliness of bids, to reject any or
all bids in whole or in part, to make partial awards, to waive any informality in any quotation, to increase or
decrease quantities if quantities are listed in the bid, to reject any bid that shows any omissions, alterations of
form, additions not called for, conditions, or alternate proposals, to conduct discussions with any or all qualified
or potentially qualified Bidders in any manner necessary to serve the best interests of the WCPS, and to make
any such award as is deemed to be in its best interest.
c. Bidders may be required, before the awarding of a contract, to show to the complete satisfaction of WCPS, that
they have the necessary facilities, ability and financial resources to execute the contract in a satisfactory manner,
and within the time specified. Bidders may be required to demonstrate they have the necessary experience,
history and references to assure WCPS of their qualifications.
d. The Board of Education of Washington County reserves the right to award the bid within 90 days from the date
of the bid opening. This period may be extended at the Procurement Officer's request only with the Bidder's
written agreement.
e. Unless stated otherwise in Specific Terms & Conditions, the contract may be awarded by line item, group, or in
the aggregate, whichever is in the best interest of WCPS.
f. In the event of a tie, where all other factors, such as past performance, are considered comparable, the award
shall be made to the Washington County based bidder; the closest Maryland out-of-county based bidder; and the
closest out-of-state based bidder, in that order of preference.
g. WCPS does not have local, state or federal preference requirements except when mandated by a targeted funding
source.
h. If, after competitive sealed bids have been opened, the Supervisor of Purchasing determines that only one
responsible bidder has submitted a responsive bid, the procurement contract may be negotiated with that one
bidder as sole source procurement or the procurement may be re-bid. Whichever is deemed to be in the best
5
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
interest of WCPS.
i. A recommendation for the award of a contract will be presented to the Board of Education of Washington
County for approval. Upon approval of the award of contract, the bidder(s) shall be notified of their award(s). If
applicable, a WCPS contract document shall also be issued.
j. The Board of Education of Washington County reserves the right to reject the bid of a bidder who has, in the
opinion of WCPS, failed to properly perform under previous contracts, or, who investigation shows, is not in a
position to perform the contract.
k. The Board of Education of Washington County retains the right to reject any and all bids, if it is deemed in the
best interest of WCPS to do so.
If, during the life of the contract, a product or service does not meet the solicitation terms and conditions, WCPS
retains the right to cancel the awarded item(s) and award to a new bidder, as long as that bidder mutually agrees to
the award.
8. Contract Assignment
a. The awarded vendor(s) will not assign or transfer any portion of their interest or obligation under this Agreement
to any third party, without the prior written consent of the Contract Managers. Nothing herein shall be construed
to create any personal or individual liability upon any employee, officer, elected official of the Board of
Education of Washington County, nor shall this Agreement be construed to create any rights hereunder in any
person or entity other than the parties to this Agreement.
b. The awarded vendor(s) will, when required, submit to the Contract Managers, in writing, the name of each
subcontractor they intend to employ, the portion of the material to be furnished, their place of business, and any
such information as may be required in order to know whether such subcontractor is reputable and reliable and
able to furnish satisfactorily the material as called for in the specifications.
c. WCPS reserves the right to approve or disapprove all subcontractors to be employed on a project. WCPS further
reserves the right to approve or disapprove a change of subcontractor once an initial subcontractor has been
approved. Any increased cost associated with the change of a subcontractor shall be the full obligation and
responsibility of the awarded vendor(s).
d. The awarded vendor(s) will not legally, or equitably, assign any of the funds payable under the contract, or its
claim thereto, unless by, and with, the consent of the Contract Managers.
e. The awarded vendor(s) will have the same provisions inserted in all subcontracts relative to the terms of the
general conditions and other contract documents. Nothing contained in this contract shall create any contractual
relations between any subcontractor and WCPS.
9. Insurance
The Contractor shall purchase and maintain (throughout the life of this contract) such insurance as will protect the
contractor, and the BOARD OF EDUCATION OF WASHINGTON COUNTY, from claims which may arise out of
or result from the Contractor's operations under the contract, whether such operations be by himself or by any
subcontractor, lower tier contractor or by anyone directly or indirectly employed by any of them, or by anyone for
whose acts any of them be liable.
This requested certificate of insurance will name the BOARD OF EDUCATION OF WASHINGTON COUNTY
as an additionally insured party for general liability, professional liability, workers' compensation, and
Contractor pollution liability insurance. The certificate will be submitted to the Purchasing Department (within
10 days of receiving an Award Letter) verifying that the indicated below will be maintained prior to
commencement of work.
6
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
Coverage Required:
Worker's Compensation:
1. State
2. Employer’s Liability
Comprehensive General Liability (including Premises-Operations; Independent Contractor's Protective products
and Completed Operations; Board Form Property Damage);
1. Bodily Injury:
$1,000,000.00 - Each occurrence
$1,000,000.00 - Aggregate, Products and Completed Operations
2. Property Damage:
$1,000,000.00 - Each occurrence
$1,000,000.00 – Aggregate
Products and Completed Operations Insurance shall be maintained for a minimum period of two (2) years after final
payment, and contractor shall continue to provide evidence of such coverage to owner on an annual basis during
the aforementioned period.
Contractual Liability (Hold Harmless Coverage):
1. Bodily Injury:
$1,000,000.00 - Each occurrence
2. Property Damage:
$1,000,000.00 - Each occurrence
$1,000,000.00 - Aggregate
Personal injury, with employment exclusion deleted: $1,000,000.00.
Comprehensive Automobile Liability (Owned, non-owned, hired)
1. Bodily Injury:
$ 500,000.00 - each person
$2,000,000.00 - each occurrence
2. Property Damage:
$1,000,000.00 - each occurrence
Professional liability, errors and omissions insurance at a limit of not less than $1,000,000
Additional Required Insurance for this Asbestos Abatement RFP
Contractor pollution liability insurance or its equivalent for bodily injury, property damage, including loss of use,
and clean-up costs on and off the Project site, with minimum limits as follows:
$1,000,000 per each pollution incident;
$1,000,000 annual aggregate
This insurance shall include coverage for all of the following:
Liability arising from activities of the Contractor, or of others for which the Contractor is legally obligated, at the
Project site; and Contractual liability including protection for the Contractor from claims for bodily injury, property
damage and clean-up costs arising out of liability assumed under this Contract.
c. The contractor is responsible for the cost and terms of this insurance coverage.
10. Subcontractor’s Insurance
The Contractor shall either:
7
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
1. Require each of his/her subcontractors to procure and to maintain during the life of the subcontracts
Liability Insurance of the type and in the same amounts as specified above, or 2. Insure the activities of the subcontractors in his/her own policies. It will be the responsibility of the
Contractor to insure that all subcontractors comply with this provision, and the Contractor will
indemnify and hold harmless the Board for the failure of the contractor or any subcontractor to
comply with these provisions.
11. Billing Procedure
a. Invoices for this contract shall be submitted to:
Washington County Public Schools
Attn: Andrea Knode
10435 Downsville Pike
Hagerstown, MD 21740
b. Invoices and packing slips must contain the following information:
i. Bid Number
ii. Brief Description of Item or Work Performed
iii. Quantity
iv. Unit Price Bid
v. Extended Total for Each Item
c. WCPS standard payment terms are Net 30
12. Taxes
No charge will be allowed for federal excise, state, and/or municipal sales and use taxes, from which the Board of
Education of Washington County is exempt. Pricing will be net and will not include the amount of any such tax.
Bidders will be required to pay the tax on all purchases and can recover it only as a part of their bid price.
Exemption certificates will be furnished upon request.
13. Subsidiaries
If a Bidder that seeks to perform or provide the services required by this RFP is the subsidiary of another entity, all
information submitted by the Bidder such as, but not limited to, proposed services, description of the Bidder's ability
to perform the scope of work, references and financial reports, shall pertain exclusively to the Bidder, unless the
parent organization will guarantee the performance of the subsidiary. If applicable, the Bidder's proposal must
contain an explicit statement that the parent organization will guarantee the performance of the subsidiary.
14. Multi-Year Contract
a. Contracts that require funding appropriation for more than one fiscal year automatically terminate if money
sufficient for the continued performance is not appropriated for any fiscal year. The date of termination is the
last day of the fiscal year for which money was last appropriated, or the date provided in the termination clause
of the procurement contract, whichever is earlier.
b. If the multi-year contract is terminated due to lack of funding, WCPS shall reimburse the vendor for the
reasonable value of any nonrecurring costs that were incurred as a result of the multi-year contract, but not
amortized in the price of the supplies or services delivered under the multi-year contract. The reasonable value
will be negotiated, and mutually agreed upon, by WCPS and the vendor.
c. The cost of termination may be paid from any appropriation available for that purpose.
15. Hold Harmless
It is understood that the awarded vendor(s) shall defend and hold harmless the Board of Education of Washington
County, and its representatives, from all suits, actions, or claims of any kind brought about as a result of any injuries
or damages sustained by person(s) or property during the performance of this contract.
8
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
16. Termination for Default
a. When an awarded vendor has not performed or has unsatisfactorily performed the contract, payment shall be
withheld at the discretion of WCPS. WCPS may, by written notice of default to the vendor, terminate the whole
or any part of the contract in any of the following circumstances:
i. If the vendor fails to perform the services or provide the products within the time and manner specific
herein or any extension thereof, or:
ii. If the vendor fails to perform any of the provisions of this contact, or fails to make progress as to
endanger performance of this contract, in accordance with its terms and in either of these two
circumstances does not cure such failure within a period of ten calendar days (or longer as authorized
by the Supervisor of Purchasing) after receipt of written notice from the Supervisor of Purchasing of
such failure, or:
iii. If the vendor willfully attempts to perform the services other than specified as to coverage, limits,
protections, and quality or otherwise, without specified authorization in the form of contract
amendment, or:
iv. If a determination is made by WCPS that the obtaining of the contract was influenced by an employee
WCPS having received a gratuity, or a promise therefore, in any way or form.
b. In the event WCPS terminates the contract in whole or in part, WCPS may procure such products and services, in
a manner the Supervisor of Purchasing deems appropriate, and the vendor shall be liable to WCPS for any
additional cost(s) incurred.
c. If, after notice of termination of this contract under provisions of this clause, it is determined for any reason that
the vendor was not in default under the provisions of this clause, or that the default was excusable under the
provisions of this clause, the rights and obligations of the parties shall be the same as if the notice of termination
had been issued pursuant to a termination for convenience.
17. Termination for Convenience
The contract may be terminated by WCPS in accordance with this clause in whole, or in part, whenever WCPS
determines that such a termination is in the best interest of WCPS. Written notice shall be given a minimum of 60
days in advance. WCPS will pay for all services, in accordance with contract pricing, up to the date of the
termination. However, the awarded vendor(s) shall not be reimbursed for any anticipatory profits that have not been
earned up to the date of termination. Under this contract, the awarded vendor does not have a right to unilateral
termination for convenience.
18. Governing Law and Venue
The solicitation shall be construed in accordance with, and interpreted under, the laws of the State of Maryland. Any
lawsuits shall be filed in the appropriate State Court located in Washington County, Maryland.
19. Multi-Agency Participation
a. WCPS reserves the right to extend the terms and conditions of this solicitation to any and all other agencies
within the state of Maryland, as well as, any other federal, state, municipal, county, or local governmental agency
under the jurisdiction of the United States and its territories. This is conditioned upon mutual agreement of all
parties pursuant to special requirements, which may be appended thereto. The awarded vendor(s) agrees to
notify the issuing body of those entities that wish to use any contract resulting from this bid and will also provide
usage information, which may be requested.
b. By agreeing to extend the contract to other agencies, the vendor(s) reaffirms and warrants his original
commitment to WCPS so that afterwards all items and services shall continue to conform to the requirements and
conditions of the original agreement for its duration. Agencies who utilize the contract agree to notify WCPS
Purchasing Department of any significant experiences, problems or issues which may, or may have the potential
9
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
to, affect our administration of this contract.
c. WCPS assumes no obligation on behalf of any other agency and shall be held harmless if either party is damaged
due to the agency or vendor’s failure to become informed of, or comply with, any provision or pricing under this
agreement. All purchase orders and billing will be transacted between the vendor and the public agency.
Each participating jurisdiction or agency shall enter into its own contract with the awarded vendor(s) and this
contract shall be binding only upon the principals signing such an agreement. Invoices shall be submitted in duplicate
“directly” to the ordering jurisdiction for each unit purchased. Disputes over the execution of any contract shall be
the responsibility of the participating jurisdiction or agency that entered into that contract. Disputes must be resolved
solely between the participating agency and the awarded vendor(s). The Lead Agency does not assume any
responsibility other than to obtain pricing for the specifications provided.
20. Compliance with Specifications
a. The awarded vendor(s) will abide by, and comply with, the true intent of the specifications and not take
advantage of any unintentional error or omission, but will fully complete every part as to the true intent and
meaning of the specifications and drawings.
b. Whenever mention is made of any article, material, or workmanship to be in accordance with laws, ordinances,
building codes, underwriter's code, A.S.M.E. regulations, or similar expressions, the requirements of these laws,
ordinances, etc., shall be construed as to the minimum requirements of these specifications.
c. Where the requirements of the specifications call for a higher grade and are not in conflict with the laws,
ordinances, etc., the specifications shall govern.
d. In the case of any apparent conflict between the specifications and such laws, ordinances, etc., the awarded
vendor(s) will contact the Contract Administrator and the Contract Manager for a decision before proceeding
with any work.
21. Safety Requirements
a. When applicable, all machinery/equipment must meet OSHA-MOSHA requirements as to the safety of the
operation of the equipment. All required safety devices shall be included in the price(s) bid.
b. When applicable, kitchen equipment and supplies must meet Maryland State Health Department, National
Sanitation Foundation (NSF) and Washington County Health Department requirements.
c. All construction activities must be conducted in strict compliance with OSHA/MOSHA requirements.
d. Equipment offered which fails to comply with any applicable section of the National Electrical Code, or is not
U.L. Listed (where U.L. Listings have been established for that type of device) shall be rejected.
e. The awarded vendor(s) shall submit Safety Data Sheets (SDS) for all items awarded to that vendor provided
under the terms of this proposal, if applicable.
f. The awarded vendor(s) and subcontractor(s) are required to comply with all provisions of the Access to
Information about Hazardous and Toxic Substances Act, a part of the Maryland Occupational Safety and Health
Law.
g. The awarded vendor(s) is responsible to report to WCPS any asbestos material or suspected material found or
uncovered that is not part of the scope of the project. In addition, they may not introduce new asbestos or
asbestos bearing materials into the site.
h. It is the responsibility of the awarded vendor(s) to comply with all Municipal, State, and Federal EPA regulations
and laws when handling or disposing of asbestos materials.
i. If the awarded vendor(s) intentionally endangers or jeopardizes the health of any building/school occupant(s)
through mishandling of hazardous material, the vendor(s) will be held liable for such action.
10
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
22. Laws and Regulations
a. The vendor will comply with all Federal, State, and local laws, ordinances and regulations pertaining to work
under their charge. If the vendor performs any work which it knows or should know to be contrary to such laws,
ordinance, and regulations and without such notices to WCPS they shall bear all costs arising therefrom.
b. All vendors and subcontractors must abide by the Board of Education of Washington County policies and WCPS
regulations while working on school property.
c. The vendor certifies that their firm adheres to or follows non-discriminatory practices with respect to the
employment and promotion of personnel without regard to color, creed, race, sex, or national origin.
23. Employment of Child Sex Offenders and Persons with Uncontrolled Access to Students
a. Be advised that individuals who are registered sex offenders are not eligible to work on any WCPS’ project. The
awarded vendor(s) must initially check the Maryland Department of Public Safety & Correctional Services’
Maryland Sex Offender Registry and search for the name of any employee to be assigned to work on this project.
This applies to subcontractors and material/equipment suppliers as well. For projects lasting more than a few
months, the vendor will periodically re-check the names of workers against the registry to ensure ongoing
compliance. In the event that a registered sex offender is discovered to be working on a WCPS project, whether
through employment by the vendor, subcontractor or equipment or material supplier, WCPS will notify the site
superintendent to immediately remove the individual from the premises and permanently terminate his work
assignment. WCPS may terminate this contract at no additional costs, as a result if the vendor is unable to
demonstrate they have exercised care and diligence in the past in checking the Maryland registry.
b. Contracted service providers who have regular, direct and unsupervised access to children cannot begin service
without undergoing the same process as new employees per WCPS. If required, an awarded vendor(s) is
responsible for payment of the full cost of the criminal background check. If required, additional information
regarding this requirement will be found in Specific Terms & Conditions.
c. The awarded vendor(s), or subcontractor(s), may not knowingly assign an employee to work on WCPS school
premises with direct, unsupervised, and uncontrolled access to children, if the employee has been convicted of a
crime identified as a crime of violence.
d. The awarded vendor(s) will not assign employees who has been convicted of an offense under § 3-307 or § 3-
308 of the Criminal Law Article or an offense under the laws of another state that would constitute a violation of
§ 3-307 or § 3-308 of the Criminal Law Article if committed in the state.
e. An awarded vendor will not assign an employee who has been convicted of a crime of violence as defined in §
14-101 of the Criminal Law Article, or an offense under the laws of another state that would be a violation of §
14-101 of the Criminal Law Article if committed in this state.
24. Tobacco-Free Workplace
a. Maryland State Law (COMAR 13A.02.04) provides that each local school system is required to maintain a
tobacco-free school environment.
25. Weapon Possession on School Property
a. The criminal code of Maryland makes it illegal to possess a weapon on school property.
b. Any awarded vendor(s) whose employees violate this clause may be subject to the termination of the contract for
cause.
26. Illegal Immigrant Labor
The use of illegal immigrant labor to fulfill contracts solicited by WCPS is in violation of the law and is strictly
prohibited. Awarded vendor(s) and subcontractors must verify employment eligibility of workers in order to assure
that they are not violating federal/state/local laws regarding illegal immigration. A compliance audit may be
conducted.
11
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
27. Student/Staff Confidentiality
a. Under no circumstances may any vendor/contractor/provider/consultant release, disclose, sell or otherwise use
names, addresses, or any other information related to students, or staff, of WCPS and may only use this
information for purposes required under any contract/agreement or memorandum of understanding.
b. The vendor/contractor/provider/consultant shall keep confidential, in accordance with federal and state laws, all
confidential and medical information that is obtained as the result of the performance of the services described in
this contract/agreement or memorandum of understanding.
28. Proprietary and Confidential Information
a. All submitted documents are subject to public disclosure.
b. Each offeror at its own expense shall submit a proprietary and confidential redacted electronic copy (on a
flash-drive or CD) of its proposal to be used in responding to Freedom of Information Act (FOIA)
requests. The offeror should clearly mark the electronic copy, and check the appropriate box on the
Signature Acknowledgment page. If the offerors submission does not have any proprietary and
confidential information, please check the appropriate box on the Signature Acknowledgment page.
c. Bidders should identify those portions of their solicitation, which they deem to be confidential, or to contain
proprietary commercial information or trade secrets. It is the responsibility of the offeror to clearly identify each
part of its proposal by marking the bottom right corner of each pertinent page with bold font letters stating the
words “confidential” or “proprietary”. Bidders should provide justification why such material, upon request,
should not be disclosed by WCPS under the Public Information Act, Title 4, General Provisions Article,
Annotated Code of Maryland.
d. The Offeror agrees that any portion of the proposal that is not stamped as propriety or confidential is not
proprietary or confidential. Unless portions of a proposal are identified as confidential, all records are
considered public. A person or governmental unit that wishes to inspect a public record, or receive copies of a
public record, shall submit a written or electronic request.
e. WCPS will notify the vendor if a Freedom of Information Act (FOIA) request is received in connection with a
Bid or RFP that has confidential information identified.
f. If litigation is instituted against the Board of Education or its agents, the party opposing the release must provide
representation to the Board or cover the cost of counsel and all other related ligation expenses. As a condition
for WCPS keeping the information confidential, the offeror must agree to defend and hold WCPS harmless if
any information is inadvertently released.
29. Force Majeure
Force Majeure is defined as an occurrence beyond the control of the affected party and not avoidable by reason of
diligence. It includes the acts of nature, war, riots, strikes, fire, floods, epidemics, terrorism, or other similar
occurrences. If either party is delayed by Force Majeure, said party shall provide written notification to the other
within 48 hours. Delays shall cease as soon as practicable and written notification of same provided. The time of
contract completion may be extended by contract modification, for a period of time equal to that delay caused under
this condition. WCPS may also consider requests for price increase for raw materials that are directly attributable to
the cause of delay. WCPS reserves the right to cancel the contract and/or purchase materials, equipment or services
from the best available source during the time of Force Majeure, and the vendor shall have no recourse against
WCPS. Further, except for payment of sums due, neither party shall be liable to the other or deemed in default under
this contract, if and to the extent that such party’s performance of this contract is prevented by reason of Force
Majeure as defined herein.
30. Non-Collusion
a. Bidder represents and certifies that prices for these services have been arrived at independently without
consultation, communication, or agreement for the purpose of restricting competition or any matter related to
such prices with any competitor or other bidder. Prices quoted in this bid have not been knowingly disclosed
12
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
directly or indirectly to any competitor or other vendor prior to the opening of this bid.
b. Bidder represents and certifies that it has not employed or retained any other company or person (other than a
full-time bona fide employee working exclusively for the bidder) with the primary intent to solicit or secure the
contract.
31. Conflict Of Interest
The bidder will advise WCPS in writing as soon as possible, but not later than the date of the Bid/RFP opening, of
any known relationships with a third party, or WCPS employee or representative, which would present a significant
advantage to one bidder over another bidder or present a conflict of interest with the rendering of products and
services under this agreement.
32. False Statements
Bidders are advised that Section 11-205.1 of the State Finance and Procurement Article of the
Annotated Code of Maryland provides as follows:
a. In connection with a procurement contract a person may not willfully:
i. falsify, conceal, or suppress a material fact by any scheme or device;
ii. make a false or fraudulent statement or representation of a material fact; or
iii. use a false writing or document that contains a false or fraudulent statement or entry of a material fact.
b. A person may not aid or conspire with another person to commit an act under subsection (a) of this section.
c. A person who violates any provision of this section is guilty of a felony and on conviction is subject to a fine not
exceeding $20,000 or imprisonment not exceeding 5 years or both.
33. Maintenance of Records
The Vendor agrees to make available at the office of the Vendor at all reasonable times, and upon reasonable written
notice, during the term of this Contract and the period set forth below, any of the records for inspection, audit, or
reproduction by any authorized WCPS representative. The Vendor shall preserve and make available its records for
a period of three (3) years from the date of final payment under this Contract.
34. Warranty
Contractor shall warrant to WCPS that the materials, supplies and workmanship furnished under this contract will be
new, will conform to the requirements of this bid, be of good quality and shall be free from all defects and faults of
any kind.
All service shall be performed by qualified and competent personnel, in a proper and professional manner, without
disruption to school/staff or activities in the buildings.
35. Non-Conflict of Interest Statement
It is unlawful for any officer, employee or agent of the WCPS to participate personally in his/her official capacity
through decision, approval, disapproval, recommendation, advice or investigation in any contract or other matter in
which he/she, his/her spouse, parent, minor child, brother or sister, has a financial interest; or to which any firm,
corporation, association, or other organization in which he/she has a financial interest; or in which he/she is serving
as an officer, director, trustee, partner, or employee; or any person or organization with whom he/she is negotiating
or has any arrangement concerning prospective employment; is a party, unless such officer, employee, or agent has
previously complied with the provisions of Maryland Annotated Code, Article 40A, SS1-101 et. seq.
The successful bidder agrees that during the term of the Contract and for twenty-four (24) months following the exit
conference, the successful bidder, its employees, agents and representatives, shall not, with or without compensation,
on behalf of the successful bidder, or another person, entity, or corporation, take any action in connection or receive
any benefit with any specific matter, finding or recommendation associated in any way with this project, except with
the express written consent of the WCPS.
13
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
36. eMaryland Marketplace Registration
Contractors are required to register with eMaryland Marketplace (https://emaryland.buyspeed.com/bso/) within
five (5) days following notice of award. Maryland law requires local and state agencies to post award notices on
eMaryland Marketplace. This cannot be done without the contractor’s self-registration in the system. Registration is
free. Failure to comply with this requirement may be considered grounds for default. It is recommended that any
interested bidder register with eMaryland Marketplace regardless of the award outcome for this procurement as it is a
valuable resource for bid notification for municipalities through Maryland.
14
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
SECTION II - SPECIFIC TERMS AND CONDITIONS
1. Sponsoring Departments
The Purchasing Office has issued this UPC for the Facilities Maintenance and Operations Department and the
Facilities Planning and Development Department, which are responsible for the technical specifications and service
requirements outlined herein. After award, representatives from these departments will administer the contract.
2. Questions and Inquiries
Questions and inquiries should be emailed to Scott Bachtell (bachtsco@wcps.k12.md.us) with a copy to Mark Mills
(millsmar@wcps.k12.md.us). Please put the following in the subject line “2018-12 – Unit Price Contract for
Asbestos Abatement”.
3. Contract Period
The initial contract shall be for a period of three (3) years, beginning November 1, 2017 and ending October 31,
2020.
WCPS reserves the option to renew this contract for one (1) additional two (2) year period, subject to acceptable
performance. Prior to a contract renewal, WCPS and the award firm will communicate regarding performance,
pricing, revisions and modifications to this contract. All terms and conditions of the bid will apply to any renewal of
this contract.
4. Contract Form
a. This UPC contract will utilize the American Institute of Architects AIA Document A101- 2007, Standard Form
of Agreement between Owner and Contractor, as the form of agreement between the parties. The contract will
be governed by AIA Document A201 – 1997, General Conditions of the Contract for Construction.
b. This is an open requirements contract with no guarantee of any work is expressed or implied. Orders will be
placed only as needs arise throughout the contract period.
5. Pricing
a. All prices shall remain firm through the first year of the contract. Pricing shall include all delivery costs and shall
be the final cost to Washington County Public Schools. No bid shall be considered which contains an escalator
clause, packaging or delivery charges, or any add-on or irregular figures.
b. Price decreases are acceptable at any time, need not be verifiable, and are required should the
contractor/producer/processor/manufacturer experience a decrease in costs associated with the execution of the
contract.
c. Price adjustments from the contractor/producer/processor/manufacturer for any/all items may be considered
yearly. The request is subject to approval by the Procurement Officer. The request must be submitted in writing
at least sixty (60) prior to the renewal term and shall be accompanied by supporting documentation. It is the
contractor / producer / processor / manufacturer’s responsibility to submit a letter requesting price changes, as
well as documentation from the manufacturer to support the change.
d. Should the awarded vendor, at any time during the life of the contract, sell materials of similar quality to another
customer, or advertise special discounts or sales, at a price below those quoted within the contract, the lowest
discounted prices shall be offered to Washington County Public Schools.
6. Offeror Investigation
Before submitting a proposal, each offeror shall make all investigations and examinations necessary to ascertain all
conditions and requirements affecting the full performance of the contract, and to verify any representations made by
WCPS that the offeror will rely upon. No pleas of ignorance of such conditions and requirements resulting from
failure to make such investigations and examinations will relieve the successful offeror from its obligations to
comply in every detail with all the provisions and requirements of the contract documents, or will be accepted as a
basis for any claim whatsoever for any monetary consideration on the part of the successful bidder.
15
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
7. Contractor’s Employees
a. The awarded contractor(s) has the right to remove or replace individuals from the "Employee Certification Form” throughout
the term of contract by notifying the WCPS contract administer in writing. WCPS reserves the right to review the
employee’s work record to verify that they are properly trained and experienced. WCPS maintains the right to request
substitution of an employee utilized on a specific project.
b. For all new employees, the awarded contractor shall:
1. Submit the employee name and their last two years of work history to WCPS for review. Work history must
include previous employer’s contact information.
2. Provide a copy of ALL related certifications and licenses for each employee.
c. WCPS must be notified of an awarded contractor’s intent to replace a worker on a scheduled project within one business
day of original worker’s departure and shall provide proof of required certifications for the new worker.
d. Utilizing any employee not previously approved by WCPS is reason for immediate termination of the contract for cause.
8. Qualifications
a. Maintain a permanent place of business and shall be certified to do business in Maryland as evidenced by a State
of Maryland License;
b. Have been in the asbestos abatement business for at least three years;
c. Be bondable before and during this contract;
d. Maintain appropriate levels of liability and specialized abatement and pollution insurance at all times as specified
during this contract;
e. Have preferred experience with WCPS, federal or state agencies, or with other public schools;
f. Have preferred experience with the Indefinite Quantities (IDQ) contract format;
g. Provide evidence of appropriate licenses necessary to perform this work;
h. Demonstrate to the satisfaction of WCPS that employees who will be used on any WCPS project are properly
trained, certified and experienced in asbestos abatement services;
i. Be an approved WCPS vendor;
j. Submit all required documentation, including the AIA A305 Contractor’s Qualification Statement and WCPS
Supplemental Questionnaire.
WCPS may make such investigations as deemed necessary to determine the ability of the bidder to perform the work
contemplated herein. The bidder shall furnish to WCPS any data and information requested to assist in
determination of the bidder's ability and qualifications to perform under this contract. WCPS may reject a bid or not
accept a cost proposal if the evidence submitted by, or investigation of such bidder fails to satisfy the WCPS that,
such bidder is sufficiently qualified to carry out the obligations of the contract.
9. Project Ordering Procedure
This contract may be used for emergency and scheduled response projects. Emergency response may be required in
order to maintain progress of work during a construction project or to expedite occupancy of the premises.
16
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
Emergency Projects
The sponsoring department will contact an awarded vendor to determine if they can meet the timeline required.
The vendor will provide a quote based on the unit prices submitted and awarded under this UPC. A purchase
order will be issued after which work may commence.
Scheduled Projects
The minimum order for services under this contract will be approximately $500. All awarded contractors will be
solicited to submit a quote proposal for projects estimated to exceed $10,000.
The sponsoring department designee will:
Notify the awarded vendor(s) by telephone, or email, of a planned project(s).
Set a pre-quote meeting date (with at least 48 hours’ notice) for a site visit for the project. During the
visit, staff will define the scope of work, the project schedule (including start and finish dates), and
answer any project specific questions. If available, the designee will furnish plans showing locations of
work.
Provide a due date and time for price quotes (giving at least 48 hours) for that specific project.
Award the specific project to the lowest responsive, responsible bidder for the project with consideration
given to the contractor’s ability to meet the completion schedule. The designee will Issue a purchase
order, after which work may commence.
The Contractor will:
Be responsible to take all of their own measurements.
If interested, the contractor(s) will be required to submit (in hard copy or via email, as determined by the
contract administer) the following, referencing “Bid #2018-12 – Project Location” by the date and time
specified by the sponsoring department designee at the pre-quote meeting:
A proposed written schedule
A cost estimate
The method of abatement
The contractor must provide the name(s) and current AHERA certificates for the project designer
and other authorized individuals for each project submission unless they are already on file.
For a given project, the appropriate units of labor and/or materials from this bid and the estimated
quantity of each will be identified by the contractor. Pricing for units of labor, materials, or equipment,
which are not specifically listed herein, will be list by line with detail. The unit total of all lines,
including additional items, will be added together to establish an estimated total project cost.
Obtain all required permits from the local and State authorities if applicable and required. Contractor
must provide evidence of all permits and approvals to WCPS prior to beginning any removal activities.
If awarded, confine its apparatus, storage of materials and operations of workmen to the limits indicated
by WCPS.
If awarded, the contractor is required by State law and Board policy to report to the main office of the
school building and register as a visitor to that building each day
If awarded, the contractor must keep the premises free from accumulations of work material and rubbish.
Respond to every RFQ, if the contractor is unable to provide a quote for any reason, the contract must
submit a “No Quote” response. An awarded vendor that does not respond to request for proposals on
more than three occasions may be subject to contract termination and/or non-renewal.
a. In the development of price quotations, the maximum unit prices submitted and awarded under this
UPC may not be exceeded, but can be reduced at the discretion of the offeror on a competitive per
project basis. The sum total of all units extended will be the total price quote for each project.
b. In cases of non-performance, liquidated damages may be deducted from the final invoice. Extensions
may be granted if the delay in completing the project were not the fault of the contractor.
17
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
10. Bonds
Bid bids are not required. For some projects, WCPS may request a performance bond and/or payment bond in 100%
of the contract amount. In such case, WCPS would reimburse up to 2% of the contract amount for the provision of
bonds. Failure to provide bonds where required by WCPS may be cause for cancellation of the contract.
11. Evaluation
Bids will be evaluated by staff in the Purchasing, Facilities Maintenance and Operations, and Facilities Planning and
Development departments. Unit prices will be evaluated using a variety of past and/or hypothetical project(s) to
determine project totals. The determination of ranking of the bids according to these criteria rests with the
Supervisor of Purchasing whose final judgment will not be grounds for appealing the contract award.
Technical Proposal 60 Points
Registered in State of Maryland
Length of time the business has done asbestos abatement work
Experience with WCPS and Maryland schools
Experience with Unit Price contracts
Insurance Coverage
Bonding capability
Firm’s permanent staffing levels
Employees certification(s), experience
Experience of in-house project designer
Absence of Citations
References
Pricing Proposal
Pricing 40 Points
Total: 100 Points
12. Award
a. The contract shall be awarded based on the evaluation of the Technical and Cost proposals. Final ranking will
be made on the basis of the criteria and rubric listed above. It is the intent of WCPS to award the bid to multiple
contractors. Complete discretion is reserved by WCPS in determining completeness and/or timeliness of
proposals, advantages attributable to acceptance of higher prices, allowance of submission of additional data or
information and any other procedures determined by the WCPS to suit its best interest.
b. The Board reserves the right to reject any/or all proposals in whole or in part without explanations, to waive any
informalities in the bids, to make partial awards, to waive any irregularity in any quotation and may reject any
proposal that shows an omissions or alterations of form, additions not called for, and conditions or alternate
proposals. The Board may award the Contract to the bidder who proves to be qualified as to financial
responsibility, reputation and ability to carry out the obligations of the Contract and is deemed to be in the best
interest of the Board. Bid forms, which are not complete in accordance with instructions, may be considered
non-responsive.
13. Objection to Award
Any company objecting to the bid procedure or the recommendation for award has five (5) business days following
the date of award by the WCBOE to file a written protest with the Superintendent of Schools. It is the company’s
responsibility to ascertain and confirm the date/time of the pertinent Board Meeting. The written appeal must be
submitted on company letterhead, dated and signed by the senior officer in the company. The protest letter must
include a request for review and ruling by WCPS, a detailed statement of the legal and factual grounds for the
protest, including the resulting prejudice to the company, copies of relevant documents, and a statement of the form
of relief being requested. Failure to comply with these instructions may result in the protest being deemed “not
filed.” Bid protests received later than five (5) days after the pertinent Board Meeting will result in the
protest being deemed “not timely.” The WCPS will not respond or address bid protests that do not conform to
these instructions.
18
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
14. Bid Tabulations
Bid summaries are posted on the WCPS website: http://wcpspurchasing.com/bids/results.
15. Liquidated Damages
a. A date for delivery and/or installation/assembly shall be stated for each project under this contract. Requests for
extension of completion time due to strikes, lack of materials, or any other causes over which the awarded
vendor(s) has no control must be submitted, in writing, with supporting documentation, to the Contract
Managers. Requests must occur immediately upon occurrence of conditions for a time extension to be granted.
Extensions are not guaranteed.
b. If the awarded vendor(s) fails to provide the services, equipment, or other items required within the prescribed
time limits, the Contract Managers may elect to obtain services, equipment, or other items necessary from an
alternate source.
c. The awarded vendor(s) will pay any additional cost(s) incurred by WCPS for obtaining replacement services,
equipment, and other necessary items.
d. WCPS shall have the unilateral right of alternate source selection to perform the work when the awarded
vendor(s) does not perform the required work.
e. In addition to, or in lieu of, paying for any incurred replacement costs(s), the awarded vendor(s) may pay
liquidated damages, in the amount of $500 per day, for any delay or failure in performance, as well as any related
damages sustained by WCPS.
f. The assessment of liquidated damages by WCPS against the awarded vendor(s) does not supersede or affect the
right of WCPS to impose other remedies that may be available.
16. Subcontractors
With each project an awarded vendor will submit (in writing) a list of subcontractors that will be utilized on that
specific project. The contractor shall remain at all times fully responsible for all services and deliverables required
under this contract including any portion of the work assigned to a subcontractor. Nothing contained in this contract
shall create any contractual relations between any subcontractor and the Washington County Board of Education.
WCPS reserves the right to approve or disapprove any/all subcontractors on a project by project basis.
17. Professional And Trade Licenses
In the event the services to be provided by Contractor must by law be provided by individuals who are licensed
and/or certified, only individuals who are licensed and/or certified in accordance with the law shall provide the
required services. All such individuals assigned by Contractor to provide services shall maintain their license and/or
certification in good standing (not under review or subject to suspension, credentials current) during the entire term
of this Agreement. Contractor shall, prior to providing services, submit documentation that the individuals assigned
to provide services are properly credentialed and are licensed.
19
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
SECTION III – PROPOSAL FORMAT AND SUBMISSION
1. Proposal Format
The format outlined in the RFP must be adhered to in your proposal. A responsive proposal will consist of the
following documents completed:
Technical Proposal
a. Introductory Cover Letter
b. Qualifications Proposal:
c. AIA A305 Form—1986—Contractor’s Qualification Statement.
d. Supplemental Questionnaire
e. Employee Certification List
f. Resume of AHERA certified Project Designer
g. Copy of State of Maryland Registration
h. Copy of State of Maryland license for Asbestos Removal/Encapsulation
i. Copy of Current Certificate of Insurance
j. Contract Affidavit (signed)
k. Mandatory Proposal Affidavit (signed)
l. Specification, Price, and Addenda Signature Acknowledgment (signed)
Pricing Proposal
a. Price Form
2. Proposal Submission
a. The Technical and Price Proposal Proposals must be submitted separately in sealed envelopes clearly
marked “Technical Proposal” and “Price Proposal” (The envelopes may be sent in the same box or
package). The Price Proposal will remain sealed until WCPS determines if your firm’s submission is
satisfactory according to the technical evaluation criteria of this RFP document. For this reason, a
Proposal that is not organized and submitted as separate and distinct “Technical” and “Price” proposal
sections will result in disqualification. A technical proposal that includes any pricing information will be
disqualified.
b. Proposal shall be submitted or hand delivered by the time and date listed on the coversheet to Washington
County Public Schools, 10435 Downsville Pike, Hagerstown, MD 21740, Attn: Purchasing Department.
Proposals submitted after that time and date will be returned unopened.
c. Electronic copies must be submitted in the format they were sent in.
1. The Sealed Technical Proposal (including all Signature pages) must include the following:
Quantity
Original: One (1)
Electronic Version (CD-ROM or USB Flash Drive) One (1)
2. The Sealed Cost Proposal must include the following:
Quantity
Original: One (1)
Electronic Version (CD-ROM or USB Flash Drive) One (1)
d. Due to possible changes and/or additions to the specifications, proposals should not be mailed until after
the question period ends. All changes will be processed through addenda to this solicitation package.
20
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
e. All inner and outer envelopes and packaging, used by Fed Ex, UPS and etc., should be labeled with
the bid name, bid number, and due date/time. This will help assure timely receipt of bids in the
Purchasing Department. Bids not received in time due to improper labeling will be considered non-
responsive.
f. All forms must be properly completed and where applicable signed by an officer or principal of the
company.
g. If the qualifications proposal is deemed incomplete or indicates unacceptable staffing, experience or
skills, WCPS will not open the price proposal; the price proposal would be returned unopened to the
bidder.
h. The time/date for opening of Price Proposals will not be publicly announced. Information contained in the
qualifications proposals will not be released to the public until a final decision is made by the Board of
Education.
21
WCPS RFP 2018-12 Unit Price Contract for Asbestos Abatement
SECTION IV – SPECIFICAITONS
Section 01013
Summary of the Work
Asbestos Abatement Services
Part 1 – General
Project Intent:
1.1 The Intent of this contract is to establish an on call unit cost contract for asbestos
abatement services. Asbestos abatement services may be required in the routine
maintenance or replacement of Heating & Ventilation building components and in
the overall building renovation, window replacement or cosmetic upgrade of a
facility.
1.2. Work shall include, but may not be limited to the following:
i. Removal of specified quantities of asbestos-containing building materials including
paint covered surfaces.
ii. Repair and/or encapsulation of asbestos-containing building materials.
iii. Cleaning of areas contaminated with asbestos.
1.2.1 Authority to Stop Work: The Owner has the authority to stop the abatement work, at the
time the Owner determines either personally or through the services of the Industrial
Hygienist (IH) that conditions are not within the specifications and applicable regulations.
The stoppage of work shall continue until conditions have been corrected and corrective
steps have been taken to the satisfaction of the Owner. Standby time required to resolve
violations shall be at the Contractor’s expense.
1.2.2 Contractor work within a containment area (including but not limited to preparation or final
cleaning of containment area) shall not take place until the IH has inspected the
containment area.
1.2.3 Responsibility for Damages: Any damages to the finishes, floors, walls, or any other items
or fixtures that are to remain or be salvaged, that has been a result of actions by this phase of
the work shall be repaired to their original condition without any additional cost to the
Owner. A comparison of the pre-demolition inspection report shall be the basis for the
assessment of damages to be addressed.
1.3 Work to Be Done
1.3.1 The work to be done consists of the furnishing of all labor, materials, equipment and
performing the work required for Asbestos Abatement Services on a unit cost, on call basis,
in accordance with the specifications and drawings forming a part hereof and comprising
general interior building demolition, asbestos abatement and such work as may be required
for the completion of the contract within the intent and scope of the drawings and
specifications.
22
1.3.2 The general administrative requirements of the Contract are set forth in the following
specification sections:
01013 Summary of the work – Asbestos Abatement
01043 Project Coordination – Asbestos Abatement
01091 Definitions and Standards– Asbestos Abatement
01313 Schedules, Reports, Meetings – Asbestos Abatement
01313 Products and Substitutions– Asbestos Abatement
01092 Applicable Codes– Asbestos Abatement
01503 Temporary Facilities– Asbestos Abatement
01526 Temporary Enclosures
01410 Test Laboratory Systems
01563 Decontamination Units
01513 Pressure Differential System
01560 Worker Protection– Asbestos Abatement
01562 Respiratory Protection
01046 Cutting and Patching - Asbestos Containing Materials
02081 Removal of Asbestos Containing Materials
02082 Removal of Asbestos Contaminated Soil
02084 Disposal of Asbestos Containing Waste Material
01710 Cleaning and Decontamination Procedures
01711 Project Decontamination
01714 Work Area Clearance
01701 Project Closeout
01526 Local Area Preparation
01561 Worker Protection- Repair and Maintenance
01562 Respiratory Protection
01528 Entry into Controlled Areas
02083 Disturbance of Small Areas of Asbestos Containing Materials
1.4 Potential Asbestos Hazard
The disturbances or dislocation of asbestos-containing materials may cause asbestos fibers to be
released into the building’s atmosphere, thereby creating a potential health hazard to workmen and
building occupants. Apprise all workers, supervisory personnel, subcontractors and consultants who
will be at the job site, of the seriousness of the hazard and of proper work procedures which must be
followed. Where in the performance of the work, workers, supervisory personnel, subcontractors, or
consultants may encounter, disturb, or otherwise function in the immediate vicinity of any identified
asbestos-containing materials, take appropriate continuous measures as necessary to protect all
building occupants from the potential hazard of exposure. Such measures shall include the
procedures and methods described herein, and compliance with regulations of applicable federal,
state and local agencies.
1.5 Stop Work:
If the Owner or the Project Administrator presents a written stop work order, immediately and
automatically stop all work. Do not commence work until authorized in writing by Owner.
23
Any surface areas of ACM (Asbestos Containing Materials) contamination, material delaminating
or associated debris are to be thoroughly cleaned, and the surface area rendered free from hazardous
material.
1.6 Project Air Monitoring and IH Services
1.6.1 The provision of Project Air Monitoring and industrial hygiene services are not within the
Contractor’s scope of work. A representative of the IH firm is to be on-site during all critical
periods of the project, (i.e. pre-abatement inspection, background air or surface sampling,
asbestos removal, encapsulation, final cleaning, tear down, etc.). This representative is to be
responsible for documenting the quality of work practices being employed by the
Contractor, and to immediately notify the Washington County Public Schools Contract
Administrator of any potential risk to the building or its occupants. Observations are to be
recorded in a written format in accordance with these specifications and submitted daily for
review to a Washington County Public Schools Representative. A mutually convenient
location will be designated for the submission of the documents. (Not sure what to do with
this paragraph)
1.7 Contractor Use of Premises
1.7.1 The Contractor shall limit his use of the premises to the work indicated so as to allow for
Owner occupancy and use by the public.
1.7.2 Confine operations at the site to the areas permitted under the Contract. Portions of the site
beyond areas on which work is indicated are not to be disturbed. Conform to site rules and
regulations affecting the work while engaged in project construction.
1.7.3 Keep existing driveways and entrances serving the premises clear and available to the
Owner and his/her employees at all times. Do not use these areas for parking or storage of
materials.
1.7.4 Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of
materials and location of storage sheds to the areas indicated. If additional storage is
necessary, obtain and pay for such storage off site.
1.7.5 Existing toilet facilities, if used, must be maintained in the order that they were received by
the Contractor. Toilet facilities allowed to be used will be marked on the drawings if
applicable. Upon completion of the work, the facilities will be cleaned.
1.7.6 Maintain existing building in a safe and weather tight condition throughout the construction
period. Repair damage caused by construction operations. Take all precautions necessary to
protect the building and its occupants during the construction period.
1.7.7 Keep public areas such as hallways, stairs, elevator lobbies and toilet rooms free of waste,
rubbish or construction debris.
1.7.8 Take all proper precautions to protect persons from injury and unnecessary interference or
inconvenience, leave an unobstructed way along paths and private places for pedestrians and
vehicles and for access to hydrants. Walks and other surfaces outside of the Contract which
by reason of this construction becomes littered with earth and other debris are to be cleaned
at the end of each working day. Permanent walks shall be kept open at all times.
24
1.7.9 Replace and put in good condition every public way and private way, catch basin, conduit,
trees, fence or things injured in carrying out the contract, unless the same shall be
permanently done away with by order of the owner as being unnecessary for the proper
carrying out of the Contract. Permission from the owner must be obtained.
1.7.10 The types of temporary security and protection provisions required include, but not by way
of limitation, fire protection, barricades, warning signs, lights, site enclosure fences,
sidewalk bridges, building enclosure/lockup, watchman service, environmental protection,
and similar provisions intended to minimize property losses, personal injuries and claims for
damages at project site.
1.7.11 The Owner reserves the right to place and install equipment as necessary in areas of the
building in which all asbestos abatement and project decontamination procedures have been
completed, and to occupy such completed areas prior to substantial completion, provided
that such occupancy does not substantially interfere with completion of the work. Such
placing of equipment and partial occupancy shall not constitute acceptance of the work or
any part of the work.
1.7.12 Tobacco Products - Are not permitted on WCPS property.
End of Section 01013
25
Section 01043
Project Coordination – Asbestos Abatement
Part 1 – General
1.1 Related Documents:
Drawings and general provisions of Contract apply to work of this section.
1.2 Special Reports
Except as otherwise indicated, submit special reports directly to Owner within
one day of occurrence requiring special report.
1.2.1 When an event of unusual and significant nature occurs at site (i.e. failure of negative
pressure system, rupture of temporary enclosures), prepare and submit a special report
listing chain of events, persons participating, response by Contractor’s personnel, evaluation
of results or effects, and similar pertinent information. When such events are known or
predictable in advance, advise Owner in advance at earliest possible date.
1.2.2 Prepare and submit reports of significant accidents, at site and anywhere else work is in
progress. Record and document data and actions; comply with industry standards. For this
purpose, a significant accident is defined to include events where personal injury is
sustained, or property loss of substance is sustained, or where the event posed a significant
threat of loss or personal injury.
1.3 Submittals During The Work: Final payment will be withheld until the Contractor has
provided the following documents.
Submit copies of the following items to the IH within 30 days of completion.
1.3.1 Security and safety logs showing names of persons entering the work space, date and time of
entry and exit, record of any accident, emergency evacuation, and any other safety and/or
health incident.
1.3.2 Copies of disposal certificates shall be submitted to the Owner and IH within 24 hours after
each disposal of asbestos material.
1.3.3 All required permits, clearances, licenses, including certificates for Project Designer, Project
Supervisor and all workers.
1.4 Notifications, Permits, Warning Signs, Labels and Posters:
1.4.1 Provide required NESHAP or other project notification to (within the required time frame)
regional, state, and local authority having jurisdiction on the project. Secure all permits
required for work, including of asbestos in an approved landfill.
1.4.2 Provide copies of any notifications to the Owner and IH before commencement of the work.
26
1.4.3 Erect warning signs around the work space and at every point of potential entry from the
outside. The warning signs shall meet the requirements of OSHA and AHERA.
1.4.4 Provide the required labels for all plastic bags and all drums utilized to transport
contaminated material to the landfill. License number and date shall also be
placed on all the waste containers/bags.
1.4.5 Provide any other signs, labels, warnings, and posted instructions that are necessary to
protect, inform, and warn people of the hazard from asbestos exposure. Post in a prominent
and convenient place for the workers, a copy of the latest applicable regulations from
OSHA, EPA, NIOSH, and COMAR.
1.5 Submittals
1.5.1 Before the start date of work, submit the following to the Owner. No work shall begin until
these submittals are approved by written documentation for unrestricted use or final-but-
restricted use.
Submittals Checklist
Required in accordance with Washington County Public Schools specifications inclusive of but limited to:
Prior to Start of Work
Section Page Description
____ 01013 23 Assessment of pre-existing damage and/or conditions
____ 01043 28 Copies of licenses and permits
____ 01340 57 MSDS Product information on encapsulant
____ 01513 75 Negative Pressure Patent Infringement
____ 01092 53 Copies of notifications to EPA and State of MD
____ 01313 55 Detailed schedule of work
____ 01340 58 MSDS Full product information on all
replacement/reinsulation materials (if applicable)
____ 01560 88 Training Certifications
____ 89 Medical Examination Statements
____ 01562 95 Respiratory protection product data, operating manual,
respiratory protection program, and history of past airborne
fiber levels to justify level of protection selected.
The following documentation must be maintained daily at the site.
____ 01562 95 Record of most recent fit testing
____ 01563 109 Documentation of water filtration (manufacturers data)
27
____ 02081 145 Product information on surfactants, encapsulant, (inclusive of
NESHAPS data and MSDS sheets)
____ 01043 27 Special reports (as needed)
____ 27 Employee/Visitor Log-in sheets to restrict areas
____ 01043 28 Disposal Manifests
____ 01313 55 Daily Logs
____ 01410 66 Air sampling results (within 24 hours)
____ 01513 75 Pressure differential readings
____ 01513 75 Record of last HEPA unit inspection/certification
____ 01711 129 Documentation of final inspection by IH
____ 01714 142 Laboratory analysis results
Following the Performance of the Work
____ 01701 124 Prerequisites to final acceptance
____ 01701 124 Submission of two copies of the final report, with completed
waste manifests, diagrams of work areas sampling and all air
sampling results
Part 2-- Products
2.1 Materials
2.1.1 Encapsulant: The encapsulating agents shall be penetrating sealants and shall meet the
following criteria:
2.1.1.1 They shall withstand most impact or abrasion and protect the encapsulant surface.
2.1.1.2 Encapsulant selected for use by the Asbestos Abatement Contractor shall be one of
those demonstrating probable effective performance under the tests conducted by
an independent testing laboratory and are approved by the IH.
2.1.1.3 They shall have high flame retardant characteristics and a low toxic fume and
smoke emission rating
2.1.14 They shall not be noxious or toxic to application workers, or subsequent users of
the building
2.1.1.5 They shall have some permeability to water vapor to prevent condensation
accumulation, and resist solution by common cleaning agents.
2.1.1.6 They shall have acceptable weathering and aging characteristics
28
2.1.1.7 They shall be acceptable by architectural standards
2.1.1.8 They shall be compatible with substrate material and any remaining non-asbestos
insulation materials
2.1.1.9 They shall be demonstrably capable of adhering to the surfaces of the substrate.
2.2 Tools and Equipment
2.2.1 Airless Sprayer: An airless sprayer, suitable for application of encapsulating material, shall
be used
2.2.2 Asbestos Filtration Device (AFD): Asbestos filtration devices shall utilize High Efficiency
Particulate Absolute (HEPA) filtration systems
2.2.3 Scaffolding: Scaffolding, as required to accomplish the specified work, shall meet all
applicable safety regulations
2.2.4 Transportation Equipment: Transportation equipment, shall be suitable for loading,
temporary storage, transmit, and unloading of contaminated waste without exposure to
persons or property
2.2.5 Vacuum Equipment: All vacuum equipment utilized in the work area shall utilize HEPA
filtration systems. All HEPA equipment may be tested at the direction of the Owner to
determine if HEPA filtration is being achieved.
2.2.6 Water Sprayer: The water sprayer shall be an airless or other low pressure sprayer for
amended water application
2.2.7 Negative Pressure System: The use of a negative air pressure system as described in Section
01513 shall not be used for all containment areas unless otherwise noted in the application
2.2.8 Other Tools and Equipment: The Asbestos Abatement Contractor shall provide other
suitable tools for stripping, removal, encapsulation and disposal activities including, but not
limited to: hand held scrapers, wire brushes, sponges, rounded edge shovels, brooms, and
carts
End of Section -01043
29
Section 01091
Definitions and Standards – Asbestos Abatement
Part 1 – General
1. Related Documents
1.1. Drawings and general provisions of Contract and other Division-1 Specification sections, apply to
work of this section
1.2 Definitions
1.2.1 General Explanation: A substantial amount of specifications language constitutes definitions
for terms found in other contract documents, including the drawings. (Drawings must be
recognized as diagrammatic in nature and not completely descriptive of the requirements
indicated thereon.). Certain terms used in contract documents are defined in this article.
Definitions and explanations of this section are not necessarily either complete nor
exclusive, but are general for the work to the extent they are not stated more explicitly in
another element of contract documents
1.2.2 Project Site: The term “Project Site” is defined as the space available to the
Contractor for performance of the work, either exclusively or in conjunction with
others performing other work as part of the project. The extent of the project site
is shown on the drawings, and may or may not be identical with the description of
land upon which the project is to be built
1.2.3 Furnish: Expect as otherwise defined in great detail, the term “furnish” is used to
mean supply and deliver to the project site, ready for unloading, unpacking,
assembly, installation, etc., as applicable in each instance
1.2.4 Install: Except as otherwise defined in greater detail, the term “install” is used to
describe operations at the project site including unloading, unpacking, assembly,
erection, placing, anchoring, applying, working to dimension, finishing, curing,
protecting, cleaning and similar operations, as applicable in each instance
1.2.5 Provide: Except as otherwise defined in greater detail, the term “provide” means
furnish and install, complete and ready for intended use, as applicable in each
instance
1.2.6 Installed: The term “installed” is defined as the entity (person or firm) engaged by
the Contractor, or its subcontractor or sub-subcontractor for performance of a
particular unit of work at the project site, including installation, erection,
application and similar required operations. It is a general requirement that such
entities (Installers) be expert in operations they are engaged to perform.
1.2.7 Testing Laboratory: The term “testing laboratory” is defined as an independent
entity engaged to perform specific inspections or tests of the work, either at the
project site or elsewhere; and to report and (if required) interpret results of those
inspections or tests
30
1.3 Definitions Relative to Asbestos Abatement
1.3.1 Aerosol: A system consisting of particles, solid or liquid, suspended in air
1.3.2 Air Cell: Insulation normally used on pipes and duct work that is comprised of corrugated
cardboard which is frequently comprised of asbestos combined with cellulose or refractory
binders
1.3.3 Air Monitoring: The process of measuring the fiber content of a specific volume of air
1.3.4 Amended Water: Water to which a surfactant has been added
1.3.5 Asbestos: The asbestiform varieties of serpentinite (chrysotile), riebeckiet (crocidolite),
cummingtonite-grunerite, anthophyllite, and actinolite-tremolite. For purposes of
determining respiratory and worker protection both the asbestiform and non-asbestiform
varieties of the above minerals and any of these materials that have been chemically treated
and/or altered shall be considered as asbestos
1.3.6 Asbestos-Containing Material (ACM): Any material containing more than 1 % by volume
of asbestos of any type or mixture of types
1.3.7 Asbestos-Containing Waste Material: Any material which is or is suspected of being or any
material contaminated with an asbestos containing material which is to be removed from a
work area for disposal
1.3.8 Authorized Visitor: The Owner, the Owner’s Representative, testing lab personnel, the
Architect/Engineer or a representative of any federal, state and local regulatory or other
agency having authority over the project
1.3.9 Barrier: Any surface that seals off the work area to inhibit the movement of fibers
1.3.10 Breathing Zone: A hemisphere forward of the shoulders with a radius of approximately 6-9
inches
1.3.11 Ceiling Concentration: The concentration of an airborne substance that shall not be
exceeded
1.3.12 Certified Industrial Hygienist (CIH): An industrial hygienist certified in Comprehensive
Practice by the American Board of Industrial Hygienist
1.3.13 Demolition: The wrecking or taking out of any building component, system, finish or
assembly of a facility together with any related handling operations
1.3.14 Disposal Bag
1.3.14.1 The initial or internal disposal bag is to be reinforced or woven plastic that is
resistant to punctures or tears by sharp objects. This is to be used in addition to the
external disposable bag
31
1.3.14.2 The external disposal bag is to be 6 mil thick leak tight plastic bags used for
transporting asbestos waste from work and to disposal site. Each is labeled as
follows:
DANGER
CONTAINS ASBESTOS FIBERS
AVOID CREATING DUST
CANCER AND LUNG DISEASE HAZARD
And
CAUTION
Contains Asbestos Fibers
Avoid opening or breaking container
Breathing asbestos is hazardous to your health
1.3.14.3 All materials are to be contained within a minimum of two completed sealed
disposal bags. No leakage of any kind shall occur.
1.3.15 Encapsulant: A material that surrounds or embeds asbestos fibers in an adhesive
matrix, to prevent release of fibers Bridging Encapsulant: An encapsulant that
forms a discrete layer on the surface of an in situ asbestos matrix
Penetrating Encapsulant: An encapsulant that is absorbed by the in situ asbestos
matrix without leaving a discrete surface layer
Removal Encapsulant: A penetrating encapsulant specifically designed for removal
of asbestos-containing materials rather than for in situ encapsulation
1.3.16 Encapsulation: Treatment of asbestos-containing materials, with an encapsulant
1.3.17 Enclosure: The construction of an air-tight, impermeable, permanent barrier around
asbestos-containing material to control the release of asbestos fibers into the air
1.3.18 Filter: A media component used in respirators to remove solid or liquid particles
from the inspired air.
1.3.19 Friable Asbestos Material: Material that contains more than 1.0% asbestos by
volume, and that can be crumbled, pulverized, or reduced to powder by hand
pressure when dry.
1.3.20 Glove bag: A sack (typically constructed of 6 mil transparent polyethylene or
polyvinylchloride plastic) with two inward projecting long sleeve gloves which are
designed to enclose an object from which an asbestos-containing material is to be
removed.
1.3.21 HEPA Filter: A High Efficiency Particulate Absolute (HEPA) filter capable of
trapping and retaining 99.97 % of asbestos fibers greater than 0.3 microns in
length.
32
1.3.22 HEPA Filter Vacuum Collection Equipment (or vacuum cleaner): High fficiency
Particulate Air (absolute) filtered vacuum collection equipment with a filter system
capable of collecting and retaining asbestos fibers.
1.3.23 High-Efficiency Filter: A filter which removes from air 99.97% or more of
monodisperse dioctyl phthalate (DOP) particles having a mean particle diameter of
0.3 micrometers
1.3.24 Negative Pressure Respirator: A respirator in which the air pressure inside the
respiratory-inlet covering is positive during exhalation in relation to the air
pressure of the outside atmosphere and negative during inhalation in relation to the
air pressure of the outside atmosphere
1.3.25 Negative Pressure Ventilation System: A local exhaust system, utilizing HEPA
filtration capable of maintaining a negative pressure inside the work area and a
constant air flow from adjacent areas into the work area and exhausting that air
outside the work area
1.3.26 Differential Pressure: Air pressure lower than surrounding areas, generally caused
by exhausting air from a sealed space (work area)
1.3.27 Personal Monitoring: Sampling of the asbestos fiber concentrations within the
breathing zone of an employee
1.3.28 Protection Factor: The ration of the ambient concentration of an airborne substance
to the concentration of the substance inside the respirator at the breathing zone of
the wearer. The protection factor is a measure of the degree of protection provided
by a respirator to the wearer
1.3.29 Respirator: A device designed to protect the wearer from the inhalation of harmful
atmospheres
1.3.30 Surfactant: A chemical wetting agent added to water to improve penetration, thus
reducing the quantity of water required for a given operation of area
1.3.31 Time Weighted Average (TWA): The average concentration of a contaminant in
air during a specific time period (usually 8 hours)
1.3.32 Visible Emissions: any emissions containing particulate asbestos material that are
visually detectable without the aid of instruments. This does not include condensed
uncombined water vapor
1.3.33 Wet Cleaning: The process of eliminating asbestos contamination from building
surfaces and objects by using cloths, mops or other cleaning utensils which have
been dampened with amended water and afterwards thoroughly decontaminated or
disposed of as asbestos contaminated waste
1.3.34 Work Area: The area where asbestos related work or removal operations are
performed which is defined and/or isolated to prevent the spread of asbestos dust,
fibers or debris, and entry by unauthorized personnel. Work area is a Regulated
Area as defined by 29 CFR 1926
33
1.3.35 Excursion Limit: Personal air samples taken for 30 minute intervals to determine
that exposed airborne concentrations of asbestos are not in excess of 1.0 Fiber per
cubic centimeter of air (1.0 f/cc)
.
1.4 Abbreviations and Names
1.4.1 Abbreviations and names: Where acronyms or abbreviations are used but not identified in
specifications or other contract documents they are defined to mean the industry recognized
name of trade association, standards generating organization, governing authority or other
entity applicable to context of text provision. Refer to “Encyclopedia of Associations”,
published by Gale Research Co., available in large libraries
1.4.2 Abbreviation and Names: the following acronyms or abbreviations as referenced in contract
documents are defined to mean the associated names. Both names and addresses are subject
to change, and are believed to be, but are not assured to be, accurate and up to date as of date
of contract documents:
AIA American Institute of Architects
1735 New York Avenue, NW
Washington, DC 20006
(202) 626-7474
ANSI American National Standards Institute
1430 Broadway
New York, NY 10018
(212) 354-3300
ASHRAE American Society for Heating, Refrigerating, and Air
Conditioning Engineers
1791 Tullie Circle, NE
Atlanta, GA 30329
(404) 636-8400
ASTM American Standard for Testing and Materials
1916 Race Street
Philadelphia, PA 19103
(215) 299-5400
CFR Code of Federal Regulations
Available from Government Printing Office
Washington, DC 20402
(Usually first published in the Federal Register)
CGA Compressed Gas Association
1235 Jefferson Davis Highway
Arlington, VA 22202
(703) 979-0900
CS Commercial Standard of NBS
34
(U.S. Department of Commerce)
Government Printing Office
Washington, DC 20402
DOT Department of Transportation
400 Seventh St, NW
Washington, DC 20406
(202) 426-0677
EPA Environmental Protection Agency
401 M St, SW
Washington, DC 20406
(202) 382-3949
FS Federal Specifications
(General Services Administration)
Obtain from your Regional GSA office, or purchase from
GSA Specification Unit (WFSIS)
7th and D Streets
Washington, DC 20406
(202) 472-2205 or 2140
GA Gyspum Association
1603 Orrington Ave
Evanston, IL 60201
(312) 491-1744
GSA General Services Administration
F ST and 18th ST, NW
Washington, DC 20405
(202) 655-4000
MIL Military Standardization Documents
(US Department of Defense)
Naval Publications and Forms Center
5801 Tabor Ave
Philadelphia, PA 19120
NIST National Institute of Standards and Technology
(US Department of Commerce)
100 Bureau Drive
Gaithersburg, MD 20899
(301) 975-1000
NEC National Electrical Code (by NFPA)
NFPA National Fire Protection Association
Batterymarch Park
Quincy, MA 02269
(617) 770-3000
35
OSHA Occupational Safety and Health Administration
(US Department of Labor)
Government Printing Office
Washington, DC 20402
PS Product Standard of NIST
(U.S Department of Commerce)
Government Printing Office
Washington, DC 20402
UL Underwriters Laboratories
333 Pfingsten Road
Northbrook, IL 60062
(312) 272-8800
End of Section 01091
36
Section 01092
Codes and Regulations – Asbestos Abatement
Part 1-General
1.1 Related Documents
Drawings and general provisions of contract, including General and Supplementary
Conditions and other Division-1 Specification section, apply to work of this section
1.2 Description of the Work
This section sets forth governmental regulations and industry standards which are included and
incorporated herein by reference and a made a part of the specification. This section also sets forth
those notices and permits which are known to the Owner and which either must be applied for and
received, or which must be given to governmental agencies before start of work
1.3 Codes and Regulations
1.3.1 General Applicability of Codes, Regulations, and Standards: Except to the extent that more
explicit or more stringent requirements are written directly into the contract documents all
applicable codes, regulations, and standards have the same force and effect (and are made a
part of the contract documents by reference) as if copied directly into the contract
documents, or as if published copes are bound herewith.
1.3.2 Contractor Responsibility: The Contract shall assume full responsibility and liability for the
compliance with all applicable Federal, State, local regulations pertaining to work practices,
hauling, disposal, and protection of workers, visitors to the site, and person occupying areas
adjacent to the site. The Contract is responsible for providing medical examinations and
maintaining medical records of personnel as required by the applicable Federal, State, and
local regulations. The Contractor shall hold the Owner harmless for failure to comply with
any applicable work, hauling, disposal, safety, health or other regulation on the part of
himself, his employees, or his subcontractors
1.3.3 Federal Requirements: Which govern asbestos abatement work or hauling and disposal of
asbestos waste materials include but are not limited to the following:
U.S. Department of Labor, Occupational Safety and Health Administration, (OSHA),
including but not limited to:
Occupational Exposure to Asbestos, Tremolite, Anthophyllite, and Actinolite; Final
Rules Title 29, Part 1910, Section 1001 and Part 1926, Section 58 of the Code of Federal
Regulations
Respiratory Protection
Title 29, Part 1910, Section 134 of the Code of Federal Regulations
Construction Industry
Title 29, Part 1926, of the Code of Federal Regulations
Access to Employee Exposure and Medical Records
37
Title 29, 1910, Section 2 of the Code of Federal Regulations
Hazard Communications
Title 29, Part 1910, Section 1200 of the Code of Federal Regulations
Specifications for Accident Prevention Signs and Tags, Title 29, Part 1910,
Section 145 of the Code of Federal Regulations
U.S. Environmental Protection Agency (EPA) including but not limited to:
Asbestos Abatement Projects Rule
40 CFR Part 762
CPTS 62044, FRL 2843-9
Federal Register, Vol 50, No. 134, July 12, 1985
P28530-28540
Regulation for Asbestos
Title 40, Part 61, Subpart A of the Code of Federal Regulations
National Emission Standard for Asbestos
Title 40, Part 61, Subpart M (Revised Subpart B) of the Code of
Federal Regulations
Asbestos Containing Materials for Schools
40 CFT Part 763
Federal Register, Volume 52, No. 210,
October 30, 1987
1.3.4 State Requirements: Which govern asbestos abatement work or hauling and disposal of
asbestos waste materials include but are not limited to the following:
State of Maryland
Office of Environmental Programs
Air Management Administration
COMAR Regulations 10.18.23
License to Remove and Encapsulate Asbestos
Maryland Occupational Safety and Health
Department of Licensing and Regulations
Division of Labor and Industry
1.4 Standards
Which govern asbestos abatement work or hauling and disposal of asbestos waste materials include
but are not limited to the following;
1.4.1 American National Standards Institute (ANSI)
1430 Broadway
New York, NY 10018
(212) 354-3300
38
1.4.2 Fundamental Governing the Design and Operation of Local Exhaust Systems
Publication Z9.2-79
1.4.3 Practices for Respirator Protection Publication Z288.2-80
1.4.4 American Society for Testing and Materials (ASTM)
1916 Race Street
Philadelphia, PA 19103
(215) 299-5400
Specification for Encapsulants for Friable Asbestos Containing Building Materials Proposal P-189
Safety and Health Requirements relating to Occupational Exposure to Asbestos. E849-82
1.5 Federal Notices
Send written notification as required by US EPA National Standards for Hazardous Air Pollutants
(NESHAPS) Asbestos Regulation (40 CFR 61, SubPart M) to the regional Asbestos NESHAPS
contact at least 10 days prior to beginning any work on asbestos containing materials. Send
notifications to the following address:
Region 3
Asbestos NESHAPS Contact
Air and Waste Management Division
841 Chestnut Street
Philadelphia, PA 19107
1.5.1 Notification: Include the following information in the notification sent to the NESHAP’s
contact:
1.5.1.1 Name and Address of Owner and Operator
1.5.1.2 Description of the facility being demolished or renovated, including the size, age,
and prior use of the facility
1.5.1.3 Estimate of the approximate amount of friable asbestos material present in the
facility in terms of linear feet of pipe, and surface area on other facility
components. For facilities in which the amount of friable asbestos materials is less
than 80 linear meters (260 linear square feet) on pipes and less than 15 square
meters (160 square feet) on other facility components, explain techniques of
estimation
1.5.1.4 Location of the facility being demolished or renovated
1.5.1.5 Scheduled starting and completion dates of demolition or renovation
1.5.1.6 Nature of planned demolition or renovation and method(s) to be used
1.5.1.7 Procedures to be used to comply with the requirements of EPA National Emission
Standards for Hazardous Air Pollutants (NESHAPS) Asbestos Regulations (40
CFR60 SubPart M)
39
1.5.1.8 Name and location of the waste disposal site where the friable asbestos waste
material will be deposited
1.6 State Notification and Licenses
Maintain current licenses as required by State of Maryland COMAR Regulations 10.18.23. Send
written notification within 10 days prior to beginning any work on asbestos-containing materials.
Send notifications to the following address:
Maryland Air Management Administration
1800 Washington Blvd
Baltimore, MD 21230
1.7 Submittals
Before beginning any work on the Contract, submit all notices sent to the US EPA and State to
the Owner for his approval. No work shall begin until these submittals are approved by the Owner.
The Contractor will submit to the Owner, before beginning the work, a copy of his current licenses
required by Federal and State to carry out the work of this Contract.
End of Section 01092
40
Section 01313
Schedules, Reports, Meetings
Part 1-General
1.1 Related Documents
Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division 1 Specifications sections, apply to work of this section.
1.2 Schedules
Provide proposed detailed schedule including work dates, work shift time, number of employees,
dates of start and completion including dates of preparation work, removals and final inspection
dates.
1.3 Reports
Daily Log: Maintain within the Decontamination Unit a daily log documenting the dates and time of
but not limited to the following items:
1.3.1 Meetings; purpose, attendees, discussion (brief)
1.3.2 Visitations; authorized and unauthorized
1.3.3 Personnel, by name, entering and leaving the work area
1.3.4 Special or unusual event, i.e. barrier breaching, equipment failures
1.3.5 Air monitoring tests (24 hour turnaround time)
End of Section 01313
41
Section 01340
Drawings, Product Data and Samples
Part 1-General
1.1 Related Documents
Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Divisions 1 Specifications sections, apply to work of this section
1.2 Description of Requirements
1.2.1 This section specifies procedural requirements for non-administrative submittals including
shop drawings, product data, samples and other miscellaneous work related submittals.
1.2.2 Shop drawings are technical drawings and data that have been specifically prepared by or on
behalf of the Contractor for this project. The Contractor shall add in red ink all addenda and
supplemental items on all drawings and specifications which are to be used at the job site
1.2.3 Samples are physical examples of work, including but not limited to the following items:
Partial sections of manufactured or fabricated work
Small cuts or containers of materials
Complete units of repetitively used materials
Swatches showing color, texture, and pattern
Color range sets
Units of work to be used for independent inspection and testing
1.2.4 Miscellaneous submittals are work related, non-administrative submittals that do not fit in
the three previous categories, including, but not limited to the following:
Specially prepared and standard printed warranties
Maintenance agreements
Workmanship bonds
Survey data and reports
Project photographs
Testing and certification reports
Record drawings
Operating and maintenance manuals
Keys and other security protection devices
Maintenance tools and spare parts
Overrun stock
1.2.5 Product Data: General information required specifically as product data includes
manufacturer’s standard printed recommendations for application and use, compliance with
recognized standards of trade associations and testing agencies, and the application of their
labels and seals (if an), special notation of dimensions which have been verified by way of
field measurement, and special coordination requirements for interfacing the material,
produce or system with other work.
End of Section 01340
42
Section 01410
Air Monitoring Test Laboratory Services
Part 1-Description of the Work
1.1 This section describes air monitoring carried out by the Industrial Hygiene Firm to verify that the
building beyond the work area and the outside environment remain uncontaminated.
Air monitoring required by OSHA is the work of the Contractor and is not covered in this section
1.2 Related Documents
Drawings and general provisions of the Contract, including General and Supplementary Conditions
and other Division 1 Specification sections, apply to the work of this section
1.3 Air Monitoring
Air monitoring during work area clearance is described in Section 01714 Work Area Clearance
1.4 Industrial Hygienist
The term “IH” where used in this section of the specifications shall mean the “Industrial Hygienist”
employed by WCPS. The IH may delegate his/her representative to conduct the actual contract
monitoring, to be under the IH’s guidance and supervision
1.4.1 The performance and execution of the work shall be monitored periodically by the IH or his
designated representative. The monitoring shall be inside the work area and the
surroundings to ensure full compliance with these specifications and all applicable
regulations
1.4.2 The continuous monitoring and checking shall include air samples in the workplace,
personnel samples at breathing levels for a number of workers to be determined by the IH,
air samples in the areas surrounding the work area and the outside, checking of the Standard
Operating Procedures, Engineering Control System, Respiratory Protection System,
Packing, Parking, Transporting and Disposal of Asbestos, Decontamination Facilities and
Procedures and any other aspects of the abatement process that may impact the health and
safety of the people and the pollution of the environment
1.4.3 Inspection of work area and decontamination enclosures. Prior to any removal of asbestos
containing material, notify the owner for inspection
1.4.4 All cost in connection with the laboratory work required in Paragraph 1.4.2 above for the
initial analysis, and the costs of all subsequent laboratory analyses taken because the limits
specified were exceeded on the initial tests, shall be borne by the Asbestos Abatement
Contractor
1.4.5 The Asbestos Abatement Contractor must notify the IH at least two weeks prior to the
planned start of the asbestos removal. The IH will take required air samplings after the
contract work, and be present to monitor the asbestos removal, including adequacy of seals
prior to work start and periodically throughout the removal
43
1.4.6 All daily monitoring results will be available to the Owner and IH within 24 hours for their
evaluation of the progress of the project
End of Section 01410
44
Section 01503
Temporary Facilities - Asbestos Abatement
Part 1 –General
1.1 Related Documents
Drawings and general provisions of the Contract, including General and Supplementary conditions
and other Division 1 Specifications sections, apply to the work of this section
1.2 Description Requirements
Provide temporary connection to existing building utilities or provide temporary facilities as
required herein or as necessary to carry out the work
Part 2-Products
2.1 Materials and Equipment
Provide new or used materials and equipment that are undamaged and in serviceable condition.
Provide only materials and equipment that are recognized as being suitable for the intended use, by
compliance with appropriate standards
2.2 Scaffolds, Ways, Apparatus, Etc.
2.2.1 Contractor shall furnish and maintain all necessary derricks, hoisting machinery,
scaffolding, ladders and/or staging, etc. required for the execution of the work
2.2.2 Scaffolding may be of suspension type, or standing type such as metal tube and coupler,
tubular welded frame, pole or outrigger type or cantilever type. The type, erection and use of
all scaffolding shall comply with all applicable OSHA provisions
2.2.3 During the erection and/or moving of scaffolding, care must be exercised so that the
polyethylene floor covering is not damaged
2.3 Temporary Water Supply and Temporary Electric Services
2.3.1 The Contractor will be permitted to use existing sources for utilities during this contract.
These shall include water and electric. The Contractor shall make his own connections in a
manner complying with all applicable codes. No charge will be made for the use of these
utilities as long as the Contractor does not waste these utilities. Should waste be established
then the privilege of free use of these utilities will be withdrawn and the Contractor will be
required to install meters at his own expense and reimburse the Owner for their cost in
connection with these utilities. The Contractor will also be responsible for his subcontractors
in connection with the waste of these utilities
2.3.2 These provisions will be strictly enforced
45
2.3.3 If existing water supply does not exist during the duration of this Contract, the Contractor
will be responsible for supplying water to the site. The Contractor will be responsible for the
cost of the water needed on site.
2.3.4 The Contractor will provide receptacle outlets equipped with ground fault circuit
interrupters, reset button and pilot light, for plug in connection of power tools and
equipment
2.3.5 Use only grounded extensions cords, use “hard-service” cords where exposed to abrasion
and traffic. Use single lengths or use waterproof connector to connect separate lengths of
electric cords, if single lengths will not reach are of work
2.3.6 The Contractor will provide general service incandescent lamps of wattage indicated or
required for adequate illumination. Protects lamps with guard cages or tempered glass
enclosures, where fixtures are exposed to breakage by construction operation. Provide
exterior fixtures where fixtures are exposed to the weather or moisture
2.4 First Aid Supplies
Comply with governing regulations and recognized recommendation within the construction
industry. First aid supplies must be on site during all phases of the work
2.5 Fire Extinguishers
Provide Type “A” fire extinguishers for temporary offices and similar spaces where there is
minimal danger of electrical or grease oil flammable liquid fires. In other locations provide type
“ABC” dry chemical extinguishers, or a combination of several extinguishers of NFPA
recommended types for the exposures in each case
Part 3- Execution
3.1 Scaffolding
3.1.1 During the erection and/or moving of scaffolding, care must be exercised so that the
polyethylene floor cover is not damaged
3.1.2 Clean as necessary debris from slip surfaces
3.1.3 At the completion of abatement work, clean all construction aids within the work area, wrap
in one layer of 6 mil polyethylene sheet and seal before removal from the work area
3.2 Installation
Use qualified tradesmen for installation of temporary services and facilities. Locate temporary
services and facilities where they will service the entire project adequately and result in minimum
interference with the performances of the work Relocate, modify, and extend services and facilities
as required during the course of work so as to accommodate the entire work of the project
3.3 Water Service
46
Water connection (without charge) to Owner’s existing potable water system is limited to one ¾”
pipe size connection, and a maximum flow of 10 gpm each to hot and cold water supply. Supply hot
and cold water to the Decontamination Unit in accordance with Section 01515. In addition, water
shall be supplied for the following uses:
3.3.1 Maintain hose connections and outlet valves in leak proof condition. Where finish work
below and outlet might be damaged by spillage or leakage, provide a drip pan of suitable
size to minimize the possibility of water damage. Drain water promptly from pans as it
accumulates
3.4 Electrical Service
Provide a weather proof, grounded temporary electric power service and distribution system of
sufficient size, capacity, and power characteristics to accommodate performance of work during the
construction period. Install temporary lighting adequate to provide sufficient illumination for
safe work and traffic conditions in every area of work.
3.4.1 Power Distribution System: Provide circuits of adequate size and proper characteristics for
each use. In general, run wiring overhead, and fuse vertically where wiring will be at least
exposed to damage from construction operations
3.4.2 Temporary Wiring: Temporary wiring in the work area should be type UF nonmetallic
sheathed cable located overhead and exposed for surveillance. Do not wire temporary
lighting with plain, exposed (insulated) electrical conductors. Provide liquid tight
enclosures or boxes for wiring devices
3.4.2.1 Provide overload protected disconnect switch for each temporary circuit located
at the power distribution center
3.4.2.2 For power hand tools and task lighting, provided a temporary 4 gang outlet at
each decontamination unit, located in the equipment room. Provide a separate
110-120 Volt, 20 Amp circuit for each 4 gang outlet (4 outlets per circuit)
3.4.3 Temporary Lighting: Provide the following where natural lighting or existing building
lighting does not meet the required light level:
3.4.3.1 Provide sufficient temporary lighting to ensure proper workmanship everywhere;
by combined use of daylight, general lighting, and portable plug in task lighting
3.4.3.2 Provide lighting in the Decontamination Unit as required to supply sufficient
temporary light levels.
End of Section 01503
47
Section 01513
Differential Pressure System
Part 1 General
1.1 Related Documents
Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division 1 Specification sections, apply to work of this section
1.2 Quality Assurance
1.2.1 Provide an automatic recording instrument to monitor the pressure differential in a
representative location. The instrument shall continuously generate a permanent record for
the entire period of removal and clean-up of the area. Manual readings from a recording
device may be substituted if written documentation is made every 15 minutes
Part 2 Products
2.1 Pressure Differential System
The pressure differential system should be constructed of steel or other durable materials able to
withstand damage from rough handling and transportation. The cabinet shall be factory sealed to
prevent asbestos containing dust from being released during use, transport, or maintenance. Access
to and replacement of all air filters shall be from intake end
2.2 Filter
The final filter shall be the HEPA type. The filter media must be completely sealed on all edges
with a structurally rigid frame. A continuous rubber gasket shall be located between the filter and
the filter housing to form a tight seal. Each filter shall be marked with the name of the
manufacturer, serial number, air flow rating, efficiency and resistance, and the direction of test air
flow
2.3 Prefilters
Prefilters, which protect the final filter by removing the large particles, are required to prolong the
operating life of the HEPA filter. Two stages of prefiltration are required. The first stage prefilter
shall be a low efficiency type (i.e. for particle 10 um and larger). The second stage (or
intermediate) filter shall have a medium efficient (i.e. effective for particle down to 5 um). Prefilters
and intermediate filters shall be installed either on or in the intake grid of the unit and held in place
with specials housing or clamps
2.4 Magnahelic Gauge
Each unit shall be equipped with a Magnahelic gauge or manometer to measure the pressure drop
across filters and indicate when filters have become loaded and need to be changed
48
2.5 The unit shall have an electrical or mechanical lockout to prevent the fan from operating without a
HEPA filter. The units shall be equipped with automatic shutdown systems to stop the fan in the
event of a major rupture in the HEPA filter or blocked air discharge
2.6 The electrical components shall be approved by the National Electrical Manufacturers Association
(NEMA) and Underwriters Laboratory (UL). Each unit shall be equipped with overload protection
sized for the equipment. The motor, fan, fan housing, and cabinet shall be grounded.
2.7 The exhaust of the pressure differential system machine should be ducted into the indoor air. The
plastic around the unit or duct should be sealed with tape.
2.8 The Contractor shall pay all royalties and license fees. He shall defend all units or claims for
infringement of any patent rights and shall save the Owner harmless from loss on account thereof.
A letter of assurance to the Washington County Public Schools from the Contractor to this effect
will be required.
Part 3 Execution
3.1 Pressure Differential
Provide a fully operational pressure differential system within the work area maintaining
continuously a pressure differential across work area enclosures of 0.02 inches of water.
Demonstrate to the Owner the pressure differential by use of a pressure differential meter or
manometer, before disturbance of any asbestos containing materials
3.2 Monitoring
Continuously monitor and record the pressure differential between the work area and the building
outside of the work area with a monitoring device incorporating a strip charge recorder or a
constant written reading every fifteen (15) minutes
3.3 Venting
The exhaust system will be to the outside of the building unless authorized in writing by the Owner
3.4 Use of the Pressure Differential System
3.4.1 General: Each unit shall be serviced by a dedicated minimum 115V-20A circuit with
overload device tied into an existing building electrical panel which has sufficient spare
capacity to accommodate the load of all pressure units connected. Dedication of an existing
circuit may be accomplished by shutting down existing loads on the circuit
3.4.2 Testing the System: Test pressure differential system before any asbestos containing
material is wetted or removed. After the work area has been prepared, the decontamination
facility set up, and the exhaust unit(s) installed, start the unit(s), (one at a time).
3.4.3 Demonstrate operation of the pressure differential system to the Owner will include, but not
be limited to, the following:
3.4.3.1 Plastic barriers and sheeting moved lightly in toward work area
49
3.4.3.2 Curtain of decontamination units moved lightly in toward work area
3.4.3.3 There is a noticeable movement of air through the decontamination unit. Use
smoke tube to demonstrate air movement from Clean Room to Shower Room,
from Shower Room to Equipment Room, and from Equipment Room to Work
Area
3.4.3.5 Use a differential pressure meter or manometer to demonstrate a pressure
difference of at least 0.02 inches of water across every barrier separating the
Work Area from the balance of the building or outside
3.4.4 Modify the pressure differential system as necessary to successfully demonstrate
the above
3.4.5 Use of system during abatement operations:
Start exhaust units before beginning work (before any asbestos containing material is
disturbed). After abatement work has begun, run units continuously to maintain a
constant negative pressure until decontamination of the work area is complete.
Do not turn off units at the end of the work shift or when abatement operations
temporarily stop
Do not shut down the pressure differential system during encapsulating procedures,
unless authorized by the Owner in writing
Start abatement work at a location farthest from exhaust units and proceed toward
them. If an electric power failure occurs, immediately stop all abatement work and
do not resume until power is restored and exhaust units are operating again.
At completion of abatement work, allow exhaust units to run as specified under
Section 01711, to remove airborne fibers that may have been generated during
abatement work and cleanup and to purge the work area with clean makeup air. The
units may be required to run for a longer time after decontamination, if dry or only
partially wetted asbestos material was encountered during any abatement work.
3.4.6 Dismantling the system:
When final inspection and the results of final air tests indicate that the area has
been decontaminated, exhaust units may be removed from the work area. Before
removal from the work area, remove and properly dispose of pre-filter, and seal
intake to the machine with 6 mil polyethylene to prevent environmental
contamination from the filters
End of Section 01513
50
Section 01526
Temporary Enclosures
Part 1 General
1.1 Related Documents
Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division 1 Specification sections, apply to work of this section
1.2 Submittals
Submit Contingency Plans for safe evacuation of the work area in case of fire or injury
1.3 Safety
Contact fire control agencies to review procedures prior to start of work
Part 2 Products
2.1 Polyethylene Sheet
A single polyethylene film in the largest sheet size possible to minimize seams 6 mils thick as
indicated, clear, frosted or black as indicated
2.2 Polyethylene Sheet
In areas where there is hot equipment or a potential for fire, such as in a boiler room provide flame
resistant polyethylene film that conforms to requirements set forth by the National Fire Protection
Association Standard 701, Small scale Fire Test for Flame Resistant Textiles and Films. Provide
largest size possible to minimize seams, 6 mils thick as indicated, frosted or black as indicated.
2.3 Spray Plastic
Provide spray plastic in aerosol cans or premixed for spray application which is formulated to
adhere gently to surfaces and remove cleanly by pulling off at the completion of the work
2.4 Duct Tape
Provide duct tape in 2” or 3” widths as indicated, with an adhesive which is formulated to
aggressively stick to sheet polyethylene
2.5 Spray Cement
Provide spray adhesive in aerosol cans which is specifically formulated to stick tenaciously to sheet
polyethylene
Part 3- Execution
3.1 Sequence of Work
51
Carry out work of this section sequentially. Complete each activity before proceeding to the next.
3.2 General
3.2.1 Work area is the location where asbestos abatement work occurs. It is a variable of the
extent of work of the Contract. It may be a portion of a room, a single room, or a complex of
rooms. A “work area” is considered contaminated during the work, and must be solated
from the balance of the building, and decontaminated at the completion of the asbestos
control work
3.2.2 Completely insulate the work area from other parts of the building so as to prevent asbestos
containing dust or debris from passing beyond the isolated area. Should the area beyond the
work area(s) become contaminated with asbestos containing dust or debris as a consequence
of the work, clean those areas in accordance with the procedures indicated in Section 01711.
Perform all such required cleaning or decontamination at no additional cost to the Owner
3.2.3 Place all tools, scaffolding, staging, etc., necessary for the work in the area to be isolated
prior to erection of plastic sheeting temporary enclosure
3.2.4 Remove all uncontaminated removable furniture, equipment, and/or supplies from the work
area before commencing work, or completely cover with two (2) layers of polyethylene
sheeting, at least 6 mil in thickness securely taped in place with duct tape. Such furniture
and equipment shall be considered outside the work area unless covering plastic or seal is
broached
3.2.5 Disable ventilating systems or any other system bringing air into our out of the work area.
Disable system by disconnecting wires, removing circuit breakers, by lockable switch or
other positive means that will prevent accidental premature restarting of equipment
3.2.6 In areas of asbestos abatement disassemble all removable items from the work area, such as
lights, grilles, registers, etc. Thoroughly decontaminate through wet cleaning and/or HEPA
vacuum, all furniture carpets, lighting fixtures, and other removables. Store the
decontaminated removables for retrieval by the Owner
3.3 Control Access
3.3.1 Permit access to the work area only through the decontamination unit. All other means of
access shall be closed off and sealed and warning signs displayed on the clean side of the
sealed access
3.3.2 Visual Barrier: Where the work areas is immediately adjacent to, or within view of occupied
areas, provide a visual barrier of opaque polyethylene sheet at least 6 mil in thickness so that
the work procedures are not visible to building occupants. Where this visual barrier would
block natural light, substitute frosted sheet plastic in locations approved by the Owner
3.3.3 Physical Barrier: Where the area adjacent to the work area is accessible to the public,
construct a solid barrier on the public side of the sheeting to protect the sheeting. Construct
the barrier with nominal 2” x 4” wood or metal studs 16” on center, securely anchored to
prevent movement, covered with a minimum ¼ inch thick hardboard, ½” gypsum wall
board, ½” plywood, or ½” thick rigid foam board
52
3.3.4 Provide warning signs at each visual and physical barriers reading as follows in English:
DANGER, ASBESTOS HAZARD, DO NOT ENTER
The warning signs should be a bright color so that they will be easily noticeable. The size of
the sign and the size of the lettering shall be not less than OSHA requirements
3.3.5 Provide any other signs, labels, warnings, and posted instructions that are necessary to
protect, inform, and warn people of the hazard from asbestos exposure. Post in a prominent
and convenient place for the workers, a copy of the latest applicable regulations from
OSHA, EPA, NIOSH and COMAR.
3.4 Alternate Methods of Enclosure
Alternate methods of containing the work area may be submitted to the Owner for approval.
Do not proceed with any such method(s) without prior written approval of the Owner.
3.5 Respiratory and Worker Protection
Before proceeding beyond this point in providing Temporary Enclosures:
Provide Respiratory Protection per Section 01562
Provide Worker Protection per Section 01560
3.6 Critical Barriers
3.6.1 Completely separate the work area from other portions of the building, and the outside by
sheet plastic barriers at least 6 mil in thickness, or by sealing with duct tape
3.6.2 Individually seal all ventilation openings (supply and exhaust), lighting fixtures, clocks,
doorways, windows, convectors, speakers, and other openings into the work area with duct
tape alone or with polyethylene sheeting at least 6 mil in thickness, taped securely in place
with duct tape. Maintain seal until all work including Project Decontamination is completed.
Take care in sealing off lighting fixtures to avoid melting or burning of sheeting
3.6.3 Provide sheer plastic barriers at least 6 mil in thickness as required to completely seal
openings from the work area into adjacent areas. Seal the perimeter of all sheet plastic
barriers with duct tape or spray cement
3.6.4 Mechanically support sheet plastic independently of duct tape or spray cement seals so that
seals do not support the weight of the plastic. Following are acceptable methods of
supporting sheet plastic barriers. Alternative support methods may be used if approved by
the Owner or designated IH representative
3.6.4.1 Plywood squares 6” x 6” x 3/8” held in place with one 6” smooth masonry nail or
electro-galvanized common nail driven through center of the plywood and duct
tape on plastic so that plywood clamps plastic to the wall. Locate plywood
squares at each end, corner and at maximum 4” on centers
53
3.6.4.2 Nylon or polypropylene rope minimum ¼” in diameter suspended between
supports securely fastened on either side of opening at maximum 1’ below
ceiling. Tighten rope so that is has 2” maximum dip. Drape plastic over rope
from outside work area so that a 2” flap of plastic extends over rope into work
area. Staple or wire plastic to itself 1” below rope at a maximum 6” on centers to
form a sheath over rope. Lift flap and seal to ceiling with duct tape or spray
cement. Seal loop at bottom of flap with duct tape. Erect entire assembly so that
it hangs vertically without a “shelf” upon which debris could collect
3.6.5 Provide decontamination units per section 01563
3.6.6 Provide pressure differential system per section 01513
3.6.7 Clean housing and ducts of all overspray materials prior to erection of the critical barrier
polyethylene sheeting
3.7 Primary Barrier
3.7.1 Clean all contaminated furniture, equipment, and or supplies with HEPA filtered vacuum
cleaner or by wet cleaning, as specified in Section 01712, prior to being moved or covered.
All equipment furniture, etc., is to be deemed contaminated unless specifically declared as
uncontaminated on the drawings or in writing by the Owner
3.7.2 Clean all surfaces in work area with HEPA filtered vacuum or by wet wiping prior to the
installation of any sheet plastic
3.7.3 Enclose work areas with two (2) layers of plastic sheeting on floor and one (1) layer on
walls, or as otherwise directed on the contract drawings or in writing by the Owner
3.7.4 Remove all electrical and mechanical items, such as lighting fixture, clocks, diffusers,
registers, escutcheon plates, etc., which cover any part of the surface to be worked on with
the work
3.7.5 Remove all general construction items such as cabinets, casework, doors, and window trim,
moldings, ceiling, trim, etc. which cover the surface of the work as required to prevent
interference with the work. Clean, decontaminate and reinstall all such materials, upon
completion of all removal work with materials, finishes, and workmanship to match existing
installations before start of work
3.7.6 Cover all walls in work area including “Critical Barrier” sheet plastic barriers with one layer
of polyethylene sheeting, at least 6 mil in thickness, mechanically supported and sealed with
duct tape or spray glue in the same manner as “Critical Barrier” sheet plastic barriers. Tape
all joints including the joining with the floor covering with duct tape or as otherwise
indicated on the contract documents or in writing by the Owner
3.7.7 Elevator: If there are elevators in the area where the Contract work is to occur, cover walls,
floor and ceiling of elevator with 2 layers of 6 mil polyethylene. Arrange entry to work area
so that elevator door is in a positively pressurized space outside the clean room of the
decontamination unit. At completion of work, elevator shall be cleaned as set forth in
Section 01711. Refer to section 01013 summary of work for additional requirements for
protection of elevator
54
3.7.8 Stairs and Ramps: Do not cover stairs or ramps with unsecured sheet plastic. Where stairs
or ramps are covered with plastic, provide ¾” exterior grade plywood treads securely held in
place, over plastic. Do not cover rungs or rails with any type of protective materials. Stairs
may be left uncovered, but the Contractor must clean the stairs thoroughly after work is
completed
3.8 Extension of Work Area
3.8.1 Extension of Work Area: If the enclosure barrier is breeched in any manner that could allow
the passage of asbestos debris or airborne fibers, then add affected area to the work area,
enclose it as required by this section of the specifications and decontaminate it as described
in section 01711
3.9 Secondary Barrier
3.9.1 Secondary layer of plastic as a drop cloth to protect the primary layer from debris generated
by the asbestos abatement work is specified in the appropriate work sections
End of Section 01526
55
Section 01528
Entry into Controlled Areas
Part 1 General
1.1 Related Documents
Drawings and general provisions of the Contract, including General and Supplementary Conditions
and other Division 1 Specifications sections, apply to work of this section
1.2 Description of Work
The provisions of this section apply when entry is required into an area where such entry could
cause contamination of portions of the building and/or where respiratory or other worker protection
measures are required
Unless authorized in writing by the Owner, the provisions of this section apply to only the
following situations:
1.2.1 Entry into the space above a suspended ceiling where there is asbestos containing fire
proofing or other friable asbestos containing material when the ceiling tiles in an area no
greater than 6 feet by 12 feet are to be removed
1.2.2 Entry through sealed access (access door, hatchway, locked door) into an area with friable
asbestos containing materials
Part 2 Products (Not Applicable)
Part 3 Execution
3.1 Access through Suspended Ceilings
3.1.1 Follow worker protection procedures including disposable coveralls and respirators required
by Section 01561, and Section 01562
3.1.2 Follow local area protection procedures of Section 01528. Spread layer of 6 mil
polyethylene sheets on floor 6 feet further in extent than the size of the ceiling opening to be
made
3.1.3 HEPA vacuum around edges of all panels to be removed
3.1.4 While holding nozzle of HEPA vacuum in vicinity slowly lift one edge of center ceiling
panel. Immediately HEPA vacuum space at lift edge. Lift entire panel straight up and HEPA
all four sides
3.1.5 Place panel on top of adjacent ceiling
3.2 Entry into Controlled Area
Use same procedure as above except that that ceiling tiles do not need to be removed
56
3.2.1 If access is through a wall hatch or door, duct tape floor sheet to wall or threshold
3.2.2 If access is into large area such as crawl tunnel, comply with worker protection requirements
but use HEPA vacuum only for work procedures in the area
End of Section 01528
57
Section 01560
Worker Protection-Asbestos Abatement
Part 1 General
1.1 Related Documents
Drawings and general provisions of the Contract, including General and Supplementary Conditions
and other Division 1 Specifications sections, apply to work of this section
1.2 Description of Work
This section describes the equipment and procedures required for protecting workers against
asbestos contamination and other workplace hazards except for respiratory protection
1.3 Related Work Specified Elsewhere
1.3.1 Respiratory Protection is specified in Section 01562
1.4 Worker Training
1.4.1 Train in accordance with 29 CFR 1926 and 40 CFR 763, all workers in the dangers inherent
in handling asbestos and breathing asbestos dust and in proper work procedures and personal
and area protective measures. Include but do not limit the topics covered in the course to the
following:
Methods of recognizing asbestos
Health effects associated with asbestos
Relationship between smoking and asbestos in producing lung cancer
Nature of operations that could result in exposure to asbestos
Importance of and instruction in the use of necessary protective controls, practices and
procedures to minimize exposure including:
Engineering controls
Work practices
Respirators
Housekeeping procedures
Hygiene facilities
Protective clothing
Decontamination procedures
Emergency procedures
Waste disposal procedures
Purpose, proper use, fitting, instructions, and limitations of respirators as
required by 29 CRF 1910.134
58
Appropriate work practices for the work
Requirements of medical surveillance program
Review of 29 CFR 1926 and 40 CFR 763
Negative air systems
Work practices including bands on or on job training
Air monitoring; personal and area
1.5 Medical Examinations
1.5.1 Provide medical examinations for all workers who may encounter an airborne fiber level of
0.1 f/cc or greater for an 8 hour time weighted average. In the absence of specific airborne
fiber data provided medical examination for all workers who will enter the work area for
any reason. Examinations shall, as a minimum, meet OSHA requirements as set forth in 29
CFR 1926. In addition, provide an evaluation of the individual’s ability to work in
environments capable of producing heat stress in the worker
Part 2-Equipment
2.1 Protective Clothing
2.1.1 Coveralls: Provide disposable full body coveralls and disposable head covers, and require
that they be worn by all workers in the area. Provide a sufficient number for all required
changes, for all workers in the area
2.1.2 Boots: Provide work boots with non-skid soles, and where required by OSHA foot
protective covers, for all workers. Provide boots at no cost to workers. Paint uppers of all
boots red with water proof enamel. Do not allow boots to be removed from the work area
for any reason after being contaminated with asbestos containing materials. Dispose of
boots as asbestos contaminated waste at the end of the work
2.1.3 Goggles: Provide eye protection (goggles) as required by OSHA for all workers involved in
scraping, spraying, or any other activity which may potentially cause eye injury
2.1.4 Gloves: Provide work gloves to all workers and require that they be worn at all times in the
work area. Do not remove gloves from work area and dispose of as asbestos contaminated
waste at the end of the work
2.1.5 Provide hard hats as required by job conditions and safety regulations
2.1.6 Reusable footwear, hardhats, and eye protection devices shall be left in the “Contaminated
Equipment Room” until the end of the asbestos abatement work
59
2.1.7 All disposable protective clothing shall be discarded and disposed of as asbestos waste
every time wearer exits from the workspace to the outside through the decontamination
facility
2.2 Additional Protective Equipment
Respirators, disposable coveralls, head covers, and footwear covers shall be provided by the
Contractor for the Owner, Project Administrator, IH and other authorized representatives who may
inspect the job site
Part 3-Execution
3.1 General
Provide worker protection as required by the most stringent OSHA and /or EPA standards
applicable to the work. The following procedures are minimums to be adhered to regardless of fiber
count in the work area:
3.1.1 Each time work area is entered put on new disposable coverall, new head cover, and a clean
respirator
3.2 Decontamination Procedures
3.2.1 Require all workers to adhere to the following personal decontamination procedures
whenever they leave the work area:
3.2.2 Type C Supplied Air or Powered Air Purifying Respirators: Require that all workers use the
following decontamination procedures as a minimum requirement whenever leaving the
work area:
3.2.2.1 When exiting area, remove disposable coveralls, disposable head covers, and
disposable footwear covers or boots in the equipment room
3.2.2.2 Still wearing respirators, proceed to showers. Showering is mandatory.
3.2.3 Air Purifying Negative Pressure Respirators: Require that all workers use the following
decontamination procedures as a minimum requirement whenever leaving the work area
with a half or full face cartridge type respirator:
3.2.3.1 When exiting area, remove disposable coveralls, disposable head covers, and
disposable footwear covers or boots in the equipment room
3.2.3.2 Still wearing respirators, proceed to showers. Showering is mandatory
3.2.4 Proceed from shower to changing room and change into street clothes or into new
disposable work items
3.3 Within Work Area
60
Require that workers NOT eat, drink, smoke, chew gum or tobacco in the work area. To eat, chew,
drink, or smoke, workers shall follow the procedures listed above, and then dress in street clothes
before entering the non-work areas of the building. Smoking is prohibited on school property.
End of Section 01560
61
Section 01562
Respiratory Protection
Part 1 General
1.1 Related Documents
Where applicable, drawings and general provisions of the Contract, including General and
Supplementary Conditions and other Division 1 Specifications sections, apply to work of this
section.
1.2 Description of Work
Instruct and train each worker involved in asbestos abatement or maintenance and repair of friable
asbestos containing materials in proper respiratory use and require that each worker always wear a
respirator, properly fitted on the face in the work area from the start of any operation which may
cause airborne asbestos fibers until the work area is completely decontaminated. Use respiratory
protection appropriate for the fiber level encountered in the work place or as required for other toxic
or oxygen deficient situations encountered. All respiratory equipment shall be inspected by the
Contractor’s project supervisory personnel at the beginning of each work period, including breaks
and lunch periods
1.3 Standards
Except to the extent that more stringent requirements are written directly into the Contract
Documents, the following regulations and standards have the same force and effect (and are made a
part of the Contract Documents by reference) as if copied directly into the Contract Documents, or
as if published copies were bound herewith. Where there is a conflict in requirements set forth in
these regulations and standards, meet the more stringent requirement.
1.3.1 OSHA- US Department of Labor Occupational Safety and Health Administration Safety and
Health Standards 29 CFR 1910, Section 1001 and Section 1910.134.29 CFR 1926
1.3.2 CGA-Compressed Gas Association, Inc. New York, Pamphlet G-7, “Compressed
Air for Human Respiration”, and specification G-7.1 “Commodity Specification
for Air”.
1.3.3 CSA-Canadian Standard Association, Rexdal, Ontario, Standard Z180.1-1978,
“Compressed Breathing Air”
1.3.4 ANSI-American National Standard Practices for Respiratory Protection ANSI
A88.2-1980
1.3.5 NIOSH-National Institute for Occupational Safety and Health
1.3.6 MSHA-Mine Safety and Health Administration
1.4 Submittals
62
Before start of work, submit the following to the Owners Representative for review. Do not begin
work until these submittals are returned with the Owners approval indicating that the submittal is
returned for unrestricted use:
1.4.1 Product Data: Submit manufacturer’s product information for each component used,
including NIOSH and MSHA Certifications for each component in an assembly and/or for
entire assembly
1.4.2 System Diagram: When a Type “C” supplied air respiratory system is required by the work,
submit drawing showing assembly of components into a complete supplied air respiratory
system. Include diagram showing location of compressor, filter banks, backup air supply
tasks, hose line connections in work area(s), routing of air lines to work area(s) from
compressor
1.4.3 Operation Instruction: Submit complete operating and maintenance instructions for all
components and systems as a whole. Submittal is to be in bound manual form suitable for
field use.
1.4.4 Respiratory Protection Program: Submit level of respiratory protection intended for each
operation required by the project. Submit this information on the “Respiratory Protection
Program” form at the end of this section
1.4.5 Historic Airborne Fiber Data: Submit airborne asbestos fiber count data from an
independent air monitoring firm to substantiate selection of respiratory protection proposed.
Data submitted shall include, at a minimum, the following for each procedure required by
the work:
Data of Measurements
Operation Monitored
Sampling and analytical methods used and evidence of their accuracy
Number, duration, and results of samples taken
1.4.6 Resume Information: Submit resume and information on training for individual
monitoring the operation of supplied air respiratory systems. Submit training
certifications where applicable
1.5 Air Quality for Supplied Air Respiratory Systems
Provide air used for breathing in Type “C” supplied air respiratory systems that meets or exceeds
standards set for CGA type 1 (Gaseous Air) Grade H or CSA Z180.1, whichever presents the more
stringent quality standard
Indicate that the standard shows no limiting characteristics
The CGA standards do not call out a specific moisture limit when the ambient temperature
is above freezing. However, since a moisture content no greater than a -50 Degrees
Fahrenheit dew point (66 PPMv) is necessary for carbon monoxide elimination, the CO
63
limits could not be met unless the air were dried to a -50 Degrees Fahrenheit dew point or
better
Maximum allowable content of tricholotrifluorenthane, dichlorodifluoromethane, and
chlorodifluoromethane is 2 PPMv for each. Unlisted contaminants shall not exceed one
tenth of the Threshold Limit Values (TLV’s) for Chemical Substances in Workroom air
adopted by the American Conference of Governmental Industrial Hygienists (ACGIH)
1.7 Delivery
Deliver replacement parts, etc. not otherwise labeled by NIOSH or MSHA to job site in
manufacturer’s containers
Part 2 Equipment
OSHA regulations allow respiratory protection to be selected based upon the airborne fiber counts
encountered in the work place
2.1 EPA has not promulgated any regulations more stringent than those of OSHA, but, EPA and
NIOSH have issued a recommendation that far exceeds the OSHA regulation. EPA and NISOH
recommend that air purifying respirators be used only in situations where measureable quantities
of airborne asbestos are not detectable, and the use of the respirator is a precaution against
accidental disturbance of asbestos containing materials. Situations identified by the
recommendation are those such as pre-abatement inspections, preparation of abatement areas, final
cleaning, removal of the last layer of plastic, glove bag removals, etc.
2.2 Strict adherence to this recommendation may in many instances be impractical and even unsafe for
the worker. Supplied air respiratory protection should be used only where it is properly setup,
maintained and continuously monitored by trained personnel. If this is not done, workers could be
subjected to a very real life hazard from the system that is supposed to be protecting them
Provide sufficient capacity in the back up air supply to allow a minimum escape time of one half
hour times the number of connections available to the work area. Air requirements at each
connection is the air requirement of the respirators in use plus the air requirement of an average size
adult male engaged in moderately strenuous activity
2.3 Air Purifying Respirators
2.3.1 Respirator Bodies: Provide half face or full face type respirators. Equip full face respirators
with a nose cup or other anti-fogging device as would be appropriate for use in air
temperature less than 32 Degrees Fahrenheit
2.3.2 Filter Cartridges: Provide, at a minimum, HEPA type filters labeled with NIOSH and
MSHA Certification. OSHA Respiratory Standard 1910.134
Part 3 Execution
Conform to the standards of OSHA Respiratory Standard 1910.134
End of Section 01562
64
Section 01563
Decontamination Units
Part 1 General
1.1 Related Documents
Drawings and general provisions of the Contract, including General and Supplementary Conditions
and other Division 1 Specifications sections, apply to work of this section
1.2 Description of Work
Provide a separate personnel and equipment decontamination facilities for each abatement area.
Require that the Personnel Decontamination Unit be the only means of ingress and egress for the
work area. Require that all materials exit the work area through the Equipment Decontamination
Unit
1.3 Related Work Specified Elsewhere
Refer to Section 01503 Temporary Facilities-Asbestos Abatement for electrical requirements and
requirements relative to connection of decontamination facilities to building systems such as water,
sewer, and electrical
Part 2-Products
2.1 Polyethylene Sheet
A double layer of polyethylene film in the largest sheet size possible to minimize seams, 6.0 mils
thick as indicated, clear, frosted, or black as indicated
2.2 Reinforced Polyethylene Sheet
Where plastic sheet is the only separation between the work area and building exterior, provide
translucent, nylon reinforced, laminated, flame resistant, polyethylene film that conforms to
requirements set forth by the National Fire Protection Association Standard 701, Small scale Fire
Test for Flame resistant Textiles and Films. Provide indicated, frosted or black as indicated
2.3 Duct Tape
Provide duct tape in 2” or 3” widths as indicated, with an adhesive which is formulated to
aggressively stick to sheet polyethylene
2.4 Spray Cement
Provide spray adhesive in aerosol cans which is specifically formulated to stick tenaciously to sheet
polyethylene
2.5 Shower Pan
65
Provide one piece waterproof shower pan 4’ x 8’ x 6’ deep. Fabricate from seamless fiberglass
minimum 1/16” thick reinforced with wood, 18 ga. Stainless steel with welded seems, or a
seamless liner of minimum 60 mil thick rubber roofing
2.6 Shower Walls
Provide 8’ long by approximately 7’ high walls fabricated from rigid, impervious, waterproof
material, either corrugated fiberglass roofing or equivalent. Structurally support as necessary for
stability
2.7 Shower Head and Controls
Provide a factory made shower head producing a spray of water which can be adjusted for spray
size and intensity. Feed shower with water mixed from hot and cold supply lines. Arrange sot that
control of water temperature, flow rate, and shut off is from inside shower without outside aid.
2.8 Filters
Provide cascaded filter units on drain lines from showers or any other water source carrying
asbestos contaminated water from the work area. Provide units with disposable filter elements as
indicate below. Connect so that discharged water passes primary filter and output primary filter
passes through secondary filter.
Primary Filter-Pass particles 20 microns and smaller
Secondary Filter-Pass particles 5 microns and smaller
2.9 Hose Bib
Provide heavy bronze angle type with wheel handle, vacuum breaker, and ¾” National Standard
male hose outlet
2.10 Shower Stall
For Wash Down Station provide leak tight shower enclosure with integrated rain pan fabricated
from fiberglass or other durable waterproof material, approximately 3’ x 3’ square with minimum 6’
high sides and back. Structurally support as necessary for stability. Equip with hose bib, as specified
in this section, mounted at approximately 4’-0” above drain pan. Connect drain to a reservoir, pump
water from reservoir filters inside shower stall on back wall beneath hose bib
2.11 Rubber Roofing
Provide uniform flat sheets of flexible sheet roofing material fabricated from EPDM (Ethylene
propylene diene monomers) or Neoprene (polychloroprene), in a nominal thickness of 45 mils
2.12 Lumber
Provide kiln dried lumber of any grade or species
2.13 Sump Pump
66
Provide totally submersible waterproof sump pump with integral float switch. Provide unit sized to
pump 2 times the flow of capacity of all showers or hoses supplying water to the sump, through the
filters specified herein when they are loaded to the extent that replacement is required. Provide
unit capable of pumping debris, sand, plaster or other materials washed off during decontamination
procedures without damage to mechanism of pump. Adjust float switch so that a minimum of 3”
remains between top of liquid and top of sump pan
Part 3 Execution
3.1 Personnel Decontamination Unit
Provide a Personnel Decontamination Unit consisting of a serial arrangement of 3 connected rooms
or spaces, Changing Room, Shower Room, and Equipment Room. Require all persons without
exception to pass through this decontamination unit for entry into and exiting from the work area
for any purpose. Do not allow parallel routes for entry or exit. Do not remove equipment or
materials through.
Personnel Decontamination Unit: Provide temporary lighting within decontamination units as
necessary to reach a lighting level of 100 foot candles. The Decontamination Unit should be cleaned
several times during abatement activities, to ensure no contamination occurs outside of the work
area.
3.1.1 The Decontamination Unit for workers and visitors shall consist of three rooms that serve as
three air locks as follows: Clean room at entrance followed by Shower Room followed by an
Equipment Room leading to the work area
3.1.2 Changing Room (clean room): Provide a room that is physically and visually separated from
the rest of the building for the purpose of changing into protective clothing. Construct using
polyethylene sheeting, at least 6 mil in thickness, to provide an airtight seal for changing
into protective clothing. Construct using polyethylene sheeting, at least 6 mil in thickness, to
provide an airtight seal between the Changing Room and the rest of the building. Locate so
that access to work area from the Changing Room is through the Shower Room. Separate
Changing Room from the building by a sheet polyethylene flapped doorway.
3.1.2.1 Require workers to remove all street clothes in this room, dress in clean, disposable
overalls, and don respiratory protection equipment. Do not allow asbestos
contaminated items to enter this room. Require workers to enter this room either
from outside the structure dressed street clothes, or naked from the shower room
3.1.2.2 An existing room may be utilized as the Changing Room if it is suitably located and
of a configuration whereby workmen may enter the Changing Room directly from
the Shower Room. Protect all surfaces of room with sheet plastic as set forth in
Section 01526, Temporary Enclosures. Authorization for this must be obtained from
the Owner in writing prior to start of construction. Submit written request in
accordance with Section 01632 Products and Substitutions detailing layout and
protective measures proposed
3.1.2.3 Maintain floor of changing room, to be dry and clean at all times. Do not allow
overflow water from shower to wet floor in changing room
3.1.2.4 Damp wipe all surfaces twice after each shift change with a disinfectant solutions
67
3.1.2.5 Provide a continuously adequate supply of disposable bath towels
3.1.2.6 Provide posted information for all emergency phone numbers and procedures
3.1.2.7 Provide 1 storage locker per employee
3.1.3 Shower Room: Provide a completely water tight operational shower to be used for transit by
cleanly dressed workers heading for the work area from the Changing Room, or for
showering by workers headed out of the Work Area after undressing in the Equipment
Room
3.1.3.1 Construct room by providing a shower pan and 2 shower walls in a configuration
that will cause water running down walls to drip into pan. Install a freely draining
wooden floor in shower pan at elevation of top of pan
3.1.3.2 Separate this room from the rest of the building with air tight walls fabricated of 6
mil polyethylene
3.1.3.3 Separate this room from the Changing and Equipment Rooms with air tight walls
fabricated of 6 mil polyethylene
3.1.3.4 Provide splash proof entrances to Changing and Equipment Rooms with 2 doors
arranged in the following configuration:
At each entrance to the Shower Room, construct a door frame out of 2” x 4” lumber
with 1-1/2 jambs (sides) and 1-1/2” head (top) and sill bottom 1-1/2” PVC tubing
may be substituted for the lumber frames
3.1.3.5 Provide shower head and controls
3.1.3.6 Provide temporary extensions of existing hot and cold water and drainage, as
necessary for a complete and operable shower
3.1.3.7 Provide a soap dish and a continuously adequate supply of soap and maintain in a
sanitary condition
3.1.3.8 Arrange so that water from showering does not splash into the Changing or
Equipment Room
3.1.3.9 Arrange water shut off and drain pump operation controls so that a single individual
can shower without assistance from either inside or outside of the work
area
3.1.3.10 Provide a flexible hose shower head
3.1.3.11 Pump waste water to drain or to storage for use in amended water. If pumped to
drain, provide 20 micron and 5 micron waste water filters in line to drain or waste
storage. Change filters daily or more often if necessary. Locate filters inside shower
unit so that water lost during filter changes is caught by a shower pan
68
3.1.3.12 Provide hose bib
3.1.3.13 Provide all other items indicated on contract drawings
3.1.4 Equipment Room (Contaminated Area): Require work equipment, footwear and additional
contaminated work clothing to be left here. This is a change and transit area for workers.
Separate this room from the work area by an air lock system
Separate this room from the rest of the building with air tight walls fabricated of 6 mil
polyethylene
Separate this room from the Shower Room and Work Area with air tight walls fabricated of
6 mil polyethylene
3.1.5 Work Area: Separate Work Area from the Equipment Room by polyethylene barriers. If the
airborne asbestos level in the Work Area is expected to be high, as in dry removal, add an
intermediate cleaning space between the equipment Room and the Work Area. Damp wipe
clean all surfaces after each shift change. Provide one additional floor layer of 6 mil
polyethylene per shift change and remove contaminated layer after each shift
3.2 Construction
3.2.1 Walls and Ceilings: Construct air tight walls and ceiling using 2 layers of polyethylene
sheeting, at least 6 mil thick. Attach to existing building components or a temporary
framework
3.2.2 Floors: Use 2 layers (minimum) of 6 mil. Polyethylene sheeting to cover floors in the
Equipment, Shower (underneath shower pan), and Changing Rooms. Provide an additional
layer in the Equipment Room for every shift change expected. Roll one layer of plastic from
Equipment Room to Work Area after each shift change. Provide a minimum of two (2)
layers of plastic at all times. Use only clear plastic to cover floors.
3.2.3 Doors: an air lock is a system permitting ingress and egress without permitting air
movement. It consists of four curtained doorways at least six feet apart. Each curtained
doorway shall be constructed by placing three overlapping sheets of 6 mil plastic over a
framed doorway, securing each along the top of the doorway. The first and third sheet shall
be secured on the one side of the doorway. The second sheet shall be secured on the other
side of the doorway. Provide a minimum of six feet (6’) between entrance and exit of any
room.
3.3 Alternate methods of providing decontamination facilities may be submitted to the Owner for
approval. Do not proceed with any such method(s) without written authorization of the Owner
3.4 Electrical
Provide subpanel at Changing Room to accommodate all removal equipment. Power the subpanel
directly from a building electrical panel. Connect all electrical branch circuits in decontamination
unit and particularly any pumps in shower room to a ground fault circuit protection device
3.5 Decontamination Sequence
69
3.5.1 Entering Work Area: Worker enters Changing Room and removes street clothing, puts on
clean disposable overalls and respirator, and passes through the Shower Room in to the
Equipment Room
Any additional clothing and equipment left in Equipment Room needed by the worker are
put on in the Equipment Room
Worker proceeds to Work Area
3.5.2 Existing Work Area: Before leaving the work area, require the worker to remove all gross
contamination and debris from overalls and feet. The worker then proceeds to the
Equipment Room and removes all clothing except respiratory protection equipment. Extra
work clothing may be stored in contaminated end of the Equipment Room. Disposable
coveralls are placed in a bag for disposal with other material. Decontamination procedures
found in Section 01560 shall be followed by all individuals leaving the work area
3.6 Cleaning of Decontamination Units
Clean debris and residue from inside of Decontamination Units on a daily basis or as otherwise
indicated on contract drawings. Damp wipe or hose down all surfaces after each shift change. Clean
debris from shower pans on a daily basis
If the Changing Room of the Personnel Decontamination Unit becomes contaminated with asbestos
containing debris, abandon the entire decontamination unit and erect a new decontamination unit.
Use the form Changing Room as an inner section of the new Equipment Room
3.7 Signs
3.7.1 Required work area/notification signs shall be posted in accordance with AHERA and other
applicable regulations
3.7.2 Post an approximately 10” x 14” manufactured sign at each entrance to each work area
displaying the following legend with letter sizes and styles of a visibility at least equal to the
following:
Legend Notation No Food, Beverages or Tobacco Permitted ¾” Block
All persons shall don protective ¾” Block
Clothing (coverings) before
Entering the work area
All persons shall shower immediately ¾” Block
after leaving work area and before
enter the Changing Room
3.8 Repair immediately any tears or leaks to the decontaminating enclosure or work area. Visually
inspect the enclosures and plastic barriers at each work period and during non-work periods by the
supervisory team
End of Section 01563
70
Section 01701
Project Closeout – Asbestos Abatement
Part 1 General
1.1 Related Documents
Drawings and general provisions of the Contract, including General and Supplementary Conditions
and other Division 1 Specifications sections, apply to work of this section
1.2 Description of Requirements
1.2.1 Definition: Project closeout is the term used to describe certain collective project
requirements, indicating completion of the work, that are to be fulfilled near the end of the
Contract time in preparation for final acceptance and occupancy of the work by the Owner,
as well as final payment to the Contract and the normal termination of the Contract.
1.2.2 Specific requirements for individual units of work are included in the appropriate sections in
Division 2 through 16
1.2.3 Time of closeout is directly related to “Substantial Completion”; therefore, the time of
closeout may be either a single time period for the entire work or a series of time periods for
individual elements of the work that have been certified as substantially complete at
different dates. This time variation, if any, shall be applicable to the other provisions of this
section
1.3 Prerequisites to Substantial Completion
Complete the following before requesting the Owner inspect the certification of substantial
completion, either for the entire work or for portions of work. Include list of known exceptions:
1.3.1 In the progress payment request that coincides with, or is the first request following, the date
substantial completion is claimed, show either 100 percent completion for the portion of the
work claimed as “substantially complete”, or list incomplete items, the value of incomplete
work, and reason for the work being incomplete
1.3.2 Include supporting documentation for completion as indicated in these contract documents
1.3.3 Submit a statement showing an accounting of changes to the Contract Sum.
1.3.4 Advise owner of pending insurance change over requirements
1.3.5 Submit specific warranties, workmanship/maintenance bonds, maintenance agreements,
final certifications and similar documents
1.3.6 Obtain and submit releases enabling Owners full, unrestricted use of the work and access to
services and utilities. Where required, include occupancy permits, operating certificates and
similar releases
1.3.7 Complete final cleaning up requirements, including touch up painting of marred surfaces
71
1.3.8 Touch up and otherwise repair and restore marred exposed finishes
1.4 Inspection Procedures
Upon receipt of the Contractor’s request for inspection, the Owner will either proceed with
inspection or advise the Contractor of unfulfilled prerequisites
Results of the completed inspection will form the initial “punch list’ for final acceptance
1.5 Prerequisites to Final Acceptance
Submit the final payment request with final releases and supporting documentation not previously
submitted and accepted. Include certificates of insurance for products and completed operations
where required
1.6 Reinspection Procedure
The Owner will reinspect the work upon receipt of the Contractor’s notice that the work, including
punch list items resulting from earlier inspections, has been completed, except for these items
whose completion has been delayed because of circumstances that are acceptable to the Owner
Upon completion of inspection, the Owner will either accept the final clearance or will advise the
Contractor of work that is incomplete or of obligations that have not been fulfilled, but are required
for final acceptance. If necessary, the reinspection procedure will be repeated
1.7 Record Drawings
Maintain a record set of blue or black line white prints of contract drawings and shop drawings in a
clean, undamaged condition. Mark up the set of record documents to show the actual installation
where the installed work varies substantially from the work as originally shown. Mark whichever
drawings in most capable of showing the actual field condition fully and accurately; however,
where shop drawings are used for mark up, record a cross reference at the corresponding location on
the working drawings. Give particular attention to concealed work that would be difficult to
measure and record at a later date
1.8.1 Mark record sets with red erasable pencil and, where feasible, use other colors to distinguish
between variations in separate categories of work
1.8.2 Mark up new information which is known to be important to the Owner, but for some
reasons was not shown on either contract drawings or shop drawings
1.8.3 Note related change order number where applicable
1.8.4 Organize record drawing sheets into manageable sets, bind with durable paper cover sheets,
and print suitable titles, dates and other identification on cover of each set
1.9 Record Product Data
Maintain one copy of each product data submittal. Mark these documents to show significant
variations in the actual work performed in comparison with the submitted information. Include both
72
variations in the products as delivered to the site, and variations from the manufacturer’s
instructions and recommendations for installation. Give particular attention to concealed products
and portions of the work which cannot otherwise be readily discerned at a later date by direct
observation. Note related change orders and mark up of record drawings and specifications
Upon completion of mark up, submit complete set of record product data to the Owner’s
representative for the Owner’s records
1.10 Miscellaneous Record Submittals
Refer to other sections of these specifications for requirements of miscellaneous record keeping and
submittals in connection with the actual performance of the work. Immediately prior to the date or
dates of substantial completion, complete miscellaneous records and place in good order, properly
identified and bound or filed, ready for continued use and reference. Submit to the Owner for the
Owner’s records
Part 2 Products (Not Applicable)
Part 3 Execution
3.1 Final Cleaning
3.1.1 General: Special cleaning requirements for specific units of work are included in the
appropriate sections of Division 2 through 49. General cleaning during the regular progress
of the work is required by the General Conditions and is included under section “Temporary
Facilities”
3.1.2 Cleaning: Provide final cleaning of the work at the time indicated. Employ experienced
workers or professional cleaners for final cleaning. Clean each surface or unit of work to the
condition expected from a normal commercial building cleaning and maintenance program.
Comply with the manufacturer’s instructions for operations. Complete the following
cleaning operations before requesting the Owner’s inspection for substantial completion
3.1.2.1 Remove exposed labels in finished spaces which are not required as permanent
labels on materials supplied as part of the work, except for “Asbestos”, “Asbestos
Free”, or Thermal Insulation labels specified elsewhere
3.1.2.2 Clean transparent materials, affected by the work including mirrors and window/door
glass, to a polished condition, removing substances which are noticeable vision
obscuring materials. Replace broken glass and damaged transparent materials
3.1.2.3 Clean exposed hard surfaced finishes affected by the work, to a dirt free condition,
free of dust, stains, films and similar distracting substances. Except as otherwise
indicated, avoid disturbances of natural weathering of exterior surfaces. Restore
reflective surfaces to original reflective condition
3.1.2.4 Vacuum clean with HEPA vacuum carpeted surfaces and similar soft surfaces and/or
professionally clean to remove staining caused by work of this contract
3.1.2.5 Clean plumbing fixtures affected by the work to a sanitary condition, free of stains
including those resulting from water exposure
73
3.1.2.6 Clean project site (yard and grounds), including landscaped areas, of litter and
foreign substances left during the course of the work. Sweep paved areas which have
been affected by the work to a broom clean condition; remove stains, petrochemical
spills and other foreign deposits left by the work. Rake grounds which are neither
planted nor paved, to a smooth, even textured surface where they have been
disturbed by the work
3.1.3 Removal of Protection: Except as otherwise indicated or requested by the Owner, remove
temporary protection devices and facilities which were installed during the course of the
work to protect previously completed work during the remainder of the construction period
3.1.4 Compliance: Comply with safety standards and governing regulations for cleaning
operations. Do not burn waste materials at this site. Do not bury debris or excess materials
on the Owner’s property. Do not discharge volatile or other harmful or dangerous materials
into drainage system. Remove waste materials from the site and dispose of in a lawful
manner. Where extra materials of value remaining after completion of associated work have
become the Owner’s property, dispose of these to the Owner’s best advantage as directed
3.2 Submittals
A final written report shall be submitted to the Owner that includes; all monitoring data, daily
reports, special or incident reports, transportation manifests, and disposal receipts. This report shall
be bound and three bound copies shall be submitted to the Owner.
End of Section 01701
74
Section 01711
Project Decontamination
Part 1 General
1.1 Related Documents
Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division 1 Specification sections, apply to work of this section
1.2 Description of Requirements
General: Decontamination of the work area following asbestos abatement.
1.2.1 If the asbestos abatement work is on undamaged and non-friable materials, then the building
space is deemed uncontaminated before the start of work. The decontamination procedure in
this case is a two-step procedure with two cleanings of the primary barrier plastic to remove
contamination, thus preventing contamination of the building when the work area isolation
barriers are removed.
1.3 Related Work Specified Elsewhere
Removal of gross debris is integral with the performance of abatement work and as such is specified
in the appropriate work section(s) of these specifications.
1.3.1 Section 02081 Removal of Asbestos Containing Materials
1.3.2 Section 15250 Removal of Asbestos Containing Mechanical Insulation
1.4 Work Area Clearance
Air testing and other requirements which must be met before release of Contractor and reoccupancy
of the work area are specified in Section 01714
Part 2 Products (Not Applicable)
Part 3 Execution
3.1 General
3.1.1 Work of this section includes the decontamination of air to the work area which has been, or
may have been contaminated by the elevated airborne asbestos fiber levels generated during
abatement activities, or which may previously had elevated fiber levels due to friable
asbestos containing materials in the space
3.1.2 Work of this section includes the cleaning, decontamination, and removal of temporary
facilities installed prior to abatement work, including:
Primary and critical barriers erected by work of Section 01526
75
Decontamination Unit erected by work of Section 01563
Pressure Differential System installed by work of Section 01513
3.1.3 Work of this section includes the cleaning and decontamination of all surfaces
(ceiling, walls, floor) of the work area and all furniture or equipment the work area
3.2 Start of Work
3.2.1 Previous Work: During the completion of the asbestos work specified in other sections, the
Secondary Barrier of polyethylene sheeting will have been removed and disposed of along
with any gross debris generated by the asbestos abatement work
3.2.2 Start of Work: Work of this section begins with the cleaning of the Primary Barrier. At start
of work the following will be in place:
3.2.2.1 Primary Barrier: Two layers of polyethylene sheeting on floor and one layer on the
walls
3.2.2.2 Critical Barrier which forms the sole barrier between the work area and other
portions of the building or the outside
3.2.2.3 Critical Barrier Sheeting over lighting fixtures and clocks, ventilation openings,
doorway, convectors, speakers and other openings
3.2.2.4 Decontamination Units for personnel and equipment in operating condition
3.2.2.5 Pressure Differential System in operation
3.3 First Cleaning
3.3.1 First Cleaning: Carry out a first cleaning of all surfaces of the work area including items of
remaining sheeting, tools, scaffolding and/or staging by use of damp cleaning and mopping
and/or a High Efficiency Particulate Absolute (HEPA) filtered vacuum. (Note: A HEPA
vacuum will fail if use with wet material). Do not perform dry dusting or dry sweeping. Use
each surface of a cleaning cloth one time only and then dispose of as contaminated waste.
Continue this cleaning until there is no visible debris from removed materials or residue on
plastic sheeting or other surfaces.
3.3.2 Remove all filters and air handling system(s) and dispose of as asbestos containing waste in
accordance with requirements of Section 02084
3.3.3 Wait 24 hours to allow negative air machines to clean air of airborne asbestos fibers. Use
oscillating fans as necessary to assure circulation of air in all parts of work areas during the
period. Maintain negative pressure system in operation for the entire 24 hour period
3.3.4 If abatement work is on “undamaged and non-friable” materials, skip section on second and
third cleaning
3.4 Second Cleaning
76
Second Cleaning: Carry out a second cleaning of all surfaces in the work area in the same manner
as the first cleaning:
3.4.1 Immediately following the second cleaning of the primary plastic, remove all Primary
Barrier sheeting and Material Decontamination Unit, if there is one, leaving only:
3.4.2 Critical Barrier which forms the sole barrier between the work area and other portions of the
building or the outside
3.4.3 Critical Barrier Sheeting over lighting fixtures and clocks, ventilation openings, doorway,
convectors, speakers and other openings
3.4.4 Decontamination Units for personnel and equipment in operating condition
3.4.5 Pressure Differential System in operation
3.5 Third Cleaning
Carry out a third cleaning of all surfaces in the work area in the same manner as the first cleaning
immediately after removal of primary plastic. This cleaning is now being applied to existing room
surfaces. Take care to avoid water marks or other damage to surface.
3.5.1 Wait 24 hours to allow negative air machines to clean air of airborne asbestos fibers. Use
oscillating fans as necessary to assure circulation of air in all parts of work areas during the
period. Maintain negative pressure system in operation for the entire 24 hour period.
3.6 Final Cleaning
3.6.1 Final Cleaning: Carry out a final cleaning of all surfaces in the work area in the same
manner as the previous cleaning:
3.6.2 Wait 24 hours to allow negative air machines to clean air of airborne asbestos fibers. Use
oscillating fans as necessary to assure circulation of air in all parts of work areas during the
period. Maintain negative pressure system in operation for the entire 24 hour period
3.7 Visual Inspection
3.7.1 After 24 hours, the IH will perform a complete visual inspection of the entire work area
including: decontamination unit, all plastic sheeting, seals over ventilation openings,
doorways, windows, and other openings; look for debris from any sources, residue on
surfaces, dust or other matter. If any such debris, residue, dust or other matter is found,
repeat final cleaning and continue decontamination procedure from that point
3.7.2 If the visual inspection does not reveal any dust or other signs of contamination, the final air
monitoring will take place
3.8 Final Air Sampling
The final testing shall take place using aggressive air sampling in the work space. Leaf blowers
shall be used initially on all work surfaces to dislodge any debris. Circulation fans shall be run
during the entire air sampling period to insure the movement of air inside the work space. Air
77
samples shall have a minimum volume of 1,200 liters per sample, the volume of air run through the
air filter shall range between 2 to 10 liters per minute.
3.8.1 Phase Contract Microscopy (PCM): After the work area is found to be visually clean, air
samples will be taken and analyzed in accordance with the procedure for phase contrast
microscopy set forth in Section 01714:
If release criteria are not met, repeat Final Cleaning and continue decontamination procedure
from that point
If release criteria is met, remove the interior of the decontamination unit leaving in place
only the Critical Barriers separating the work area from the rest of the building and the
operating negative pressure systems.
Any small quantities of residual material found upon removal of the plastic sheeting shall be
removed with a HEPA filtered vacuum cleaner and local area protection. If significant
quantities, as determined by the Owner are found, then the entire area affected shall be
decontaminated as specified herein for the Final Cleaning.
3.8.2 Transmission Electron Microscopy (TEM): After the work area is found to be
visually clean, air samples will be taken and analyzed in accordance with the
procedure for transmissions electron microscopy set for in Section 01714
If release criteria are not met, repeat Final Cleaning and continue decontamination
procedure from that point
If the release criteria are met, remove the Critical Barriers separating the work
area from the rest of the building and shut down and remove the negative pressure
systems.
3.9 Completion of Abatement Work
3.9.1 Seal negative air machines with 6 mil polyethylene sheet and duct tape to form a tight seal at
intake and before being moved from work area.
3.9.2 Asbestos Abatement work is complete upon meeting the work area clearance criteria and
fulfilling the following:
Remove all equipment, materials, debris from the work area
Dispose of all asbestos containing waste material as specified in Section
02084
Repair or replace all interior finishes damaged during the course of asbestos
abatement work
Fulfill project closeout requirements of Section 01701
End of Section 01711
78
Section 01712
Cleaning and Decontamination Procedures
1.1 Related Documents
Drawings and general provisions of Contract, including General and Supplementary Conditions and
other Division 1 Specification sections, apply to work of this section
1.2 Description of Work
1.2.1 The extent of cleaning and decontamination work is shown on the drawings
1.2.2 The work includes decontamination of the areas indicated in the “Schedule of
Decontamination Work”, found at the end of this section
1.3 Related Work Specified Elsewhere
Work Area Clearance: Specified in Section 01714
Part 2 Products (Not Applicable)
Part 3 Execution
3.1 General
Complete the following before start of work of this section:
01527 Local Area Protection
01562 Respiratory Protection
01561 Worker Protection Repair and Maintenance
3.2 Wet Cleaning
Accomplish wet cleaning during decontamination with paper towels or disposable rags:
3.2.1 Immerse paper towel or rage in bucket of water with surfactant
3.2.2 Wring Out
3.2.3 Wipe surface one and refold to a fresh face of cloth. Proceed in this manner until all
available faces of paper towel or rage have been used
3.2.4 Dispose of paper towel or rage
3.2.5 Do not place rag back in bucket to rinse out for any other purpose. If a used towel or rag
comes in contact with water, empty bucket and refill.
3.2.6 Material adhered to a surface with removal encapsulant to facilitate cleaning may require the
application of additional removal encapsulant to facilitate cleaning
79
3.2.7 A tacky or stick type of disposal cloth designed for cleaning dust surfaces may be used for
final cleaning. The cloth should be used as described using towel or rag immersed in bucket
of water with surfactant
3.2.8 A cloth sprayed with a dust suppressant such as Endust may be used for the final cleaning.
The cloth should be used as described using towel or rag immersed in a bucket of water with
surfactant.
3.3 Removal of Asbestos Containing Debris
3.3.1 Work of this section is limited to the cleanup of a small quantity of massed debris which has
fallen from an architectural finish, fire proofing, or thermal insulation on pipes, boilers and
other thermal equipment
3.3.1.1 Shut down all ventilation into contaminated area
3.3.1.2 Seal entry to work area with 6 mil polyethylene. Slit polyethylene for entry. Install a
flap to automatically cover the slit; tape slit closed after entry
3.3.1.3 Start HEPA vacuum before entering area
Remove all small debris with the HEPA vacuum
3.3.1.4 HEPA vacuum surfaces of all pieces too large to be removed by the suction of the
HEPA vacuum
3.3.15 Pick up such pieces and place in the bottom of a 6 mil polyethylene disposal bag
conforming to the requirements of Section 02084 of the specifications. Place pieces
in the bag without dropping, avoiding unnecessary disturbance and release of
material
3.3.1.6 Remove all remaining visible debris with HEPA vacuum
3.3.1.7 HEPA vacuum an area 3’ feet beyond the location in which any visible debris was
found in two directions each at right angles to the other
3.3.1.8 Place a 6 mil polyethylene drop cloth in accordance with Section 01627 immediately
on top of the HEPA vacuumed area before performing any repair work on site from
which fall out occurred
3.3.1.9 HEPA vacuum the site from which material fell removing all loose material which
can be removed by the vacuum’s suction
3.3.10 Repair or remove remaining material
3.3.11 HEPA vacuum ladder and/or any tools used and pass out the work area
3.3.12 If the debris is extensive then HEPA vacuum all surfaces in the room starting at the
top of wall and working downward to the floor. Then start at corner of floor farthest
from work area entrance and work towards entrance
80
3.3.13 HEPA vacuum the floor using a floor attachment with rubber floor seals and
adjustable floor to attachment height. Adjust the height so that the rubber seals just
touch the floor if carpeted and within 1/16” of hard surface floors. Vacuum the floor
in parallel passes with each pass overlapping the previous by one half the width of
the floor attachment. At the completion of one cleaning vacuum the floor a second
time at right angles to the first
3.3.14 Secure the area from occupancy until air monitoring results per Section 01714
indicate the area is safe for reoccupancy
3.4 Cleaning and Decontamination of Objects
Perform all work of decontaminating objects wherever possible on a plastic drop street installed:
3.4.1 HEPA vacuum all surfaces of object and immediate area before moving the object
3.4.2 Pick up object, if possible, and HEPA vacuum all surfaces
3.4.3 Hand to off sheet worker who will wet clean object, if possible, and place in storage location
3.4.4 Decontamination area where object was located by HEPA vacuuming twice, in two
perpendicular directions
3.4.5 Return object to its original location
3.5 Guidelines for Decontamination of Rooms
Following is an example of procedures for cleaning spaces adjacent to a work area which have been
contaminated by fiber migration, or which have been contaminated by gross debris. As
written, this section requires worker decontamination by showering.
3.5.1 Shut down all ventilation into space
3.5.2 Seal entry to work area with 6 mil polyethylene. Slit polyethylene for entry. Install a flap to
automatically cover the slit; tape slit closed after entry
3.5.3 Install pressure differential system in accordance with Section 01513
3.5.4 If it is feasible to exhaust the air handling machine outside the workspace, then place the
machine by operating it such that discharge from machine is into the space. Use one air
handling machine for each 2,500 cubic feet
3.5.5 HEPA vacuum all surfaces in the room starting at the ceiling, then top of the wall and
working downward toward the floor
3.5.6 HEPA vacuum the floor using a floor attachment with rubber floor seals and adjustable floor
to attachment height. Adjust the height so that the rubber seals are within 1/16” of hard
surface floors. Vacuum the floor in parallel passes with each pass overlapping the previous
by one half the width of the floor attachment. At the completion of one cleaning, vacuum the
floor a second time at right angles to the first
81
3.5.7 If the floor is carpeted, discard the carpet as asbestos containing materials waste in
accordance with Section 02084
3.5.8 Operate pressure differential system machine in space for 24 hours minimum
3.5.9 At completion of decontamination work, workers decontaminate in accordance with Section
01561.k
3.5.10 Secure area from occupancy air monitoring results per Section 01714 and indicate area is
safe for reoccupancy
End of Section 01712
82
Section 01714
Work Area Clearance
Part 1 General
1.1 Related Documents
Drawing and general provisions of contract, including General and Supplemental Conditions and
other Division 1 Specification sections, apply to work of this section
1.2 Contractor Release Criteria
The work is complete when the work area is visually clean and airborne fiber levels have been
reduced to the level specified below
1.3 Air Monitoring
To determine if the elevated airborne fiber counts encountered during abatement operations have
been reduced to the specified level, the IH still take samples and analyze them according to the
following procedures:
Fibers Counted: “Fibers” referred to in this section shall be either fibers regardless of composition
as counted in the NIOSH 7400, Procedures or asbestos fibers of any size as counted using
Transmission Electron Microscope as described in the RPA AHERA Regulation d(40 CFR 763).
1.4 Aggressive Sampling
All air samples will be taken using aggressive sampling techniques
1.5 Schedule of Air Samples
The number and volume of air samples taken and analytical methods used will be in accordance
with AHERA and other applicable regulatory protocol and the recommendations of the IH.
1.5.1 Analysis: Asbestos fibers on each filter will be measured using the EPA AHERA (40 CFR
763) mandatory or non-mandatory protocols in Appendix A
1.5.2 The method of sample preparation shall be used as described in the EPA AHERA (40 CFR
763) Regulations
1.5.3 Release Criteria: Decontamination of the work site is complete if the average fiber
concentration of the work area is not statically larger than the average of outside samples for
each homogenous work area. If the average of the work area samples is statistically larger
than the average of the outside samples then the decontamination is incomplete and the
cleaning procedures of Section 01710 shall be repeated
Part 2 Products (Not Applicable)
Part 3 Execution (Not Applicable)
End of Section 01714
83
Section 02081
Removal of Asbestos Containing Materials
Part 1 General
1.1 Related Documents
Drawings and general provisions of the Contract, including General and Supplementary Conditions
and other Division 1 Specifications sections, apply to work of this section
1.2 Related Work Specified Elsewhere
1.2.1 Installation of Critical and Primary Barriers, and work area isolation procedures are set forth
in Section 01562
1.2.2 Project decontamination procedures after removal of the secondary barrier are specified in
Section 01711
1.2.3 Disposal of asbestos containing waste is specified in Section 02084
1.3 Submittals
1.3.1 Before start of work, submit the following to the Owner for review. Does not start work
until these submittals are approved by the Owner:
1.3.2 Surfactant: Submit product data, use instructions and recommendations from the
manufacturer of surfactant intended for use. Include data substantiating that material
complies with requirements
1.3.3 Removal Encapsulant: Submit product data, use instructions and recommendations from the
manufacturer of encapsulant intended for use. Include data substantiating that material
complies with requirements
1.3.4 NESHAPS Certification: Submit certification from manufacturer of surfactant or removal
encapsulant that, to the extent required by this specification, the material, if used in
accordance with the manufacturer’s instructions, will wet asbestos containing materials to
which it is applied as required by the National Emission Standard for Hazardous Pollutants
(NESHAPS) Asbestos Regulations (40 CFR `651, Subpart M)
1.3.5 Material Safety Data Sheet: Submit the Material Safety Data Sheet, or equivalent, in
accordance with the OSHA Hazard Communication Standard (29 CFR 1910, 100) for each
surfactant and encapsulating material proposed for use on the work. Include a separate
attachment for each sheet indicating the specific worker protective equipment proposed for
use with the material indicated
Part 2 Products
Following allows the contractor to use either a surfactant in water or a removal encapsulant,
providing that it is able to perform as well as the generic mixture of 50% polyoxyethylene ester and
50% polyoxyethylene ether
2.1 Wetting Materials:
84
For wetting prior to disturbance of asbestos containing materials, use amended water. Provide
water to which a surfactant has been added. Use a mixture of surfactant and water which results in
wetting of the asbestos containing material and retardation of fiber release during disturbance of the
material equal to or greater than that provided by the use of one ounce of a surfactant consisting of
50% polyoxyethylene ester and 50% polyexyethylene mixed with five gallons of water
2.2 Disposable Bags
Provide 6 or 10 mil thick leak tight polyethylene bags labeled with text as follows:
Danger
Contains Asbestos Fibers
Avoid Creating Dust
Cancer and Lung Disease Hazard
Breathing Airborne Asbestos, Tremolite, Anthophyllite, or Actinolite Fibers is
Hazardous to Your Health
2.3 Woven Disposal Bags
A woven material bag made of plastic fibers that is composed of threads woven in a weave pattern
similar to burlap or grain sacks is to be used as the first bag in asbestos waste disposal as necessary.
Reinforced plastic bags that are puncture and tear resistant may be substituted
Part 3-Execution
3.1 Secondary Barrier
3.1.1 Secondary Barrier: Over the Primary Barrier, install as a drop cloth, a clear 6 mil sheet
plastic in all areas where asbestos removal work is to be carried out. Completely cover the
floor with sheet plastic. Where the work is within 10’ 0” of a wall extend the Secondary
Barrier up wall to ceiling. Support sheet plastic on wall with duct tape, seal top of secondary
plastic to Primary Barrier with duct tape so that debris is unable to get behind it. Provide
cross strips of duct tape at wall support as necessary to support sheet plastic and prevent its
falling during removal operation
3.1.2 Install secondary barrier at the beginning of each work shift. Install only sufficient plastic
for work of that shift
3.1.3 Remove secondary barrier at end of each work shift or as work in an area is completed. Fold
plastic toward center of sheet and pack in disposal bags. Keep material on sheet
continuously wet until bagged.
3.2 Worker Protection
Before beginning work with any material for which a Material Safety Data Sheet has been
submitted, provide workers with the required protective equipment. Require that appropriate
protective equipment be used at all times
3.3 Wet Removal
85
3.3.1 Thoroughly wet to satisfaction of Owners asbestos containing materials to be removed prior
to stripping and/or tooling to reduce fiber dispersal into the air. Accomplish wetting with a
fine spray (mist) of amended water. Saturate material sufficiently to wet the substrate
without causing excess dripping. Allow time for water to penetrate material thoroughly.
Spray material repeatedly during the work process to maintain a continuously wet condition
3.3.2 Mist work area continuously with amended water whenever necessary to reduce airborne
fiber levels. An airless sprayer should be used to mist the work are continuously
3.3.3 As the material is removed, simultaneously pack material while still wet into woven disposal
bags. Twist pack of bags, bend over and seal with minimum three wraps of duct tape. Clean
outside and move to wash down station adjacent to material decontamination unit
3.3.4 Remove the materials in manageable quantities and control the descent to the ground below
3.4 Airborne Fiber Counts
General: Use work procedures that result in an 8 hour time Weighted Average (TWA) airborne fiber
count less than that indicated in the section of these specifications on “Air Monitoring-Test
Laboratory Services Section”. If airborne fiber counts exceed this level immediately mist the area
with amended water to lower fiber counts and revise work procedures to maintain airborne fiber
levels within the required limit
End of Section 02081
86
Section 02082
Removal of Asbestos Contaminated Soil
Part 1 General
1.1 Related Documents
Drawings and general provisions of the Contract, including General and Supplementary Conditions
and other Division 1 Specifications sections, apply to work of this section
Part 2-Products
2.1 Amended Water
Amended water and removal encapsulant are specified under Section 02081
Part 3-Execution
3.1 Wet Soils
After removal of Secondary Barrier and floor layer of Primary Barrier, remove the top one inch (1”)
of soils which are damp or wet and place in disposal bags. Start removal at the point of work
farthest from the entrance to the soil floor area and proceed toward the entrance. Do not permit
traffic into the fresh soil surface. Arrange negative air system so that air flow is the starting point of
work toward the entrance. After the entire first layer of soil is removed completely change coveralls
and at the entrance to the soil removal area don clean boot covers. Remove the second one inch (1”)
of soil in the same manner as the first. Carry out the decontamination procedures set forth in the
“Project Decontamination” section of this specification at this time. At the end of the project
decontamination remove the third one inch (1”) of soil in the same manner as the previous two
inches (2”).
3.2 Dry Soils
Use the same procedure for dry soils, except saturate soils with amended water or a removal
encapsulant as specified in the other Division 2 sections of the specification. If a removal
encapsulant is used, use in accordance with manufacturer’s instructions. Saturate soil beyond the
inch of soil currently being removed. If amended water is used, keep the surface of the soil
continuously wet throughout the removal and decontamination
3.3 If it can be demonstrated that the asbestos containing materials have not penetrated below 3 inches
or below the hard surface of the soil layer, then the soils are considered free of asbestos debris. If
not, the soil removal process shall continue until no visible asbestos containing materials remain.
End of Section 02082
87
Section 02084
Removal of Asbestos Containing Built Up Roof System and Flashing
1.1 Related Documents
Drawings and general provisions of the Contract, including General and Supplementary Conditions
and other Division 1 Specifications sections, apply to work of this section
1.2 Description of Work
1.2.1 All respiratory and personal protection as described in Sections 01560 and 01562 will be
worn at all times during the removal and clean-up of the asbestos containing roofing
materials
1.2.2 The asbestos containing roofing materials will be continually misted with an airless sprayer
while the materials are being cut and removed from the building. No hose bibs will be used.
1.2.3 Amended water will be used to control dust emission during the asbestos containing roof
materials removal. Water from a hose without the addition of a surfactant WILL NOT be
acceptable. Work performed in a manner other than that specified will be shut down until
written approval by the Owner is made to restart the work
1.2.4 Water from a standard hose bib will not be acceptable to mist the asbestos containing roof
materials during the removal process. Too much water can cause damage to the interior of
the building, which the Contractor will be held responsible for, decontamination and repair
at no extra expense to the Contractor
1.2.5 A standard roofing cutter with a modified shroud is to be used in cutting the roofing felts,
mastics, and identified insulation. The modified shroud will have a hose connection to a
HEPA filtered vacuum. Removal shall be to the point that the entire structural desk is
exposed
1.2.6 The HEPA filtered vacuum is to be cleaned at least once daily before cutting operations or
more if the efficiency of the vacuum decreases so as to increase dust emissions from the
cutting action
1.2.7 The area to be cut will be misted before cutting to control ambient dust
1.2.8 The roofing material will be cut into 2 foot by 2 foot squares and bagged in a woven
material bag. The bag will then be bagged again in 6 mil plastic bag so as to have double
bagging of the asbestos waste. The asbestos waste material may be “Christmas” wrapped
instead of bagging. The waste materials are gently laid on a sheet of at least 6 mil
polyethylene sheets and wrapped so that the waste materials have at least 2 wraps of
polyethylene.
1.2.9 Any areas of the roof that need to be removed but can’t be cut with a roofing cutter may be
cut with axes. The surfaces to be cut are to be misted before cutting and during the cutting
action if visible dust emissions are seen. Removal shall be to the point that the entire
structural deck is exposed
88
1.2.10 The structural deck surface will be vacuumed with a HEPA filtered vacuum after the
material has been removed and before a new membrane is placed
1.2.11 Wipe samples will be taken of the structural deck after the asbestos material is removed.
This will occur until it is assured that asbestos fibers are completely removed before
placement of the new membrane within the described procedures of this protocol
1.2.12 The bagged asbestos waste materials will be lowered to the ground gently so that the bag
will not break or tear
1.2.13 All dust and water runoff from the removal process will be caught in a catchment basin and
filtered to prevent contamination of the environment surrounding the building. The filters
will be prefilters used for the pressure differential air handling services as described in
Section 01513, or the asbestos water filtering device using a five (5) micrometer filter. The
water may then drain onto the ground or into the storm sewer system
1.2.14 During the removal of the asbestos containing built up roof system and flashings, bagging
the asbestos waste materials, and clean-up of the work surface, air monitoring as described
in Section 01410 will be followed
1.2.15 If the fiber counts cannot be maintained below 0.05 fibers per cubic centimeter of air or if
the excursion limit is excluded, the use of the pressure differential system will be
implemented immediately by the Contractor at the Contractor’s sole cost and expense. The
pressure differential system will be invoked at the determination of the Owner. A significant
fiber count (double the allowable count) exceeding the allowable fiber count or two
violations of the fiber count are grounds for the Owner to require the use of full
containments with pressure differential systems. The Owner reserves the right to require
full containment if it is deemed necessary due to Contractor neglect or malfeasance.
Part 2 Products
1.2 All products to be used during this process will conform to the sections of this Contract
Part 3 Execution
3.1 The execution of this work will conform to the sections of this Contract
End of Section 02084
89
Section 15250
Mechanical Systems Insulation
Part 1 General
1.1 Reference Standards
1.1.1 American Society for Testing and Materials, ASTM
1.1.2 National Fire Protection Association, NFPA
1.1.3 Underwriters Laboratory, Inc., UL
1.2 Regulatory Requirements
All insulating and accessory materials shall meet NFPA noncombustible requirement of flame
spread not to exceed 25 and smoke developed not to exceed 50 as listed by procedure ASTME 84,
NFPA 255, or UL 723
1.3 Submittals
1.3.1 Submit product data for all insulation and materials
1.3.2 Where compliance with any government specification is required, manufacturer shall issue
certificate of compliance before shipment of materials
Part 2-Products
2.1 Insulation
Replacement insulation on the boilers and breechings, where specified, is to consist of a 2 ½” thick
rigid high temperature mineral wool board material, and shall be treated to withstand temperatures
of 1200 Degrees Fahrenheit. Acceptable products include “Ther-Fiber”, manufactured by U.S.
Gypsum, Inc., or approved equivalent
2.1.1 Insulation materials will be required to have a factory applied foil skim Kraft paper service
jacket vapor barrier. Final coating shall be on eight (8) ounce canvas jacket, with a filed
applied fire retardant lagging adhesive
2.1.2 The heat and domestic water pipes are to be reinsulated with 1-1/2” thick fiberglass or
mineral fiber with an all service jacket (ASJ)
2.1.3 The fittings and valves are to be reinsulated in an equal thickness and density fiberglass or
mineral fiber that covers the heat pipes. This insulation is to adjoin the pipe insulation. The
elbows are to be covered with a PVC cover over the insulation
2.1.4 The expansion joint in the duct work shall be replaced by a non-asbestos material
Part 3 Execution
90
3.1 General
3.1.1 Install insulation for each service as recommended by the manufacturer
3.1.2 Do not apply pipe covering or insulation materials to piping, or item of equipment until after
the tests have been completed and work is proved sound and far from defects
3.1.3 Clean piping, fittings, and equipment according to recommendations of insulation
manufacturer before installation is applied
3.1.4 Provide drop cloths or other means of protective equipment from drippings or spattering
which may be caused by application of insulation materials
3.1.5 Wherever insulated pipes pass through sleeves or openings, full specified thickness of
insulation shall pass through sleeves or openings
3.1.6 Do not use staples or pressure sensitive tape for securement and sealing unless specifically
allowed in specifications
End of Section 15250
91
Section 15254
Repair of Insulation and Lagging
Part 1 General
1.1 Related Documents
Drawings and general provisions of Contract, including General and Supplementary Conditions and
Division 1 Specification Sections apply to work of this Section
2.1 Description of Work
Repair of insulation on all piping upon which asbestos containing insulation is to remain
3.1 Reference Standards
3.1.1 American Society for Testing and Materials, ASTM
3.1.2 National Fire Protection Association, NFPA
3.1.3 Underwriters Laboratory, Inc., UL
4.1 Regulatory Requirements
All insulating and accessory materials shall meet NFPA noncombustible requirement of flame
spread not to exceed 25 and smoke developed not to exceed 50 as listed by procedure ASTME 84,
NFPA 255, or UL 723
5.1 Submittals
5.1.1 Submit product data for all insulation and materials
5.1.2 Where compliance with any government specification is required, manufacturer shall issue
certificate of compliance before shipment of materials
Part 2 Products (Not Applicable)
Part 3 Execution
3.1.1 Install insulation for each service as recommended by the manufacturer
3.1.2 Do not apply pipe covering or insulation materials to piping, or item of equipment until after
the tests have been completed and work is proved sound and far from defects
3.1.3 Clean piping, fittings, and equipment according to recommendations of insulation
manufacturer before installation is applied
3.1.4 Provide drop cloths or other means of protective equipment from drippings or spattering
which may be caused by application of insulation materials
92
3.1.5 Wherever insulated pipes pass through sleeves or openings, full specified thickness of
insulation shall pass through sleeves or openings
3.1.6 Do not use staples or pressure sensitive tape for securement and sealing unless specifically
allowed in specifications
End of Section 15254
93
Document A30S™ -1986 Contractor's Qualification Statement
The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading.
SUBMITTED TO:
ADDRESS:
SUBMITTED BY:
NAME:
ADDRESS:
PRINCIPAL OFFICE:
] Corporation
] Partnership
]Individual
]Joint Venture
Other
NAME OF PROJECT: (if applicable) II
TYPE OF WORK: (file separate form for each Classification of Work)
] General Construction
]HVAC
] Electrical
] Plumbing
] Other: (Specify)
§ 1 ORGANIZATION § 1.1 How many years has your organization been in business as a Contractor?
§ 1.2 How many years has your organization been in business under its present business name?
§ 1.2.1 Under what other or former names has your organization operated?
§ 1.3 If your organization is a corporation, answer the following: § 1.3.1 Dateofincorporation : § 1.3.2 State of incorporation : § 1.3.3 President's name:
ADDITIONS AND DELETIONS: The author of this document has added information needed for its completion. The author may also have revised the text of the original AlA standard form. An Additions and Deletions Report that notes added information as well as revisions to the standard form text is available from the author and should be reviewed . A vertical line in the left margin of this document indicates where the author has added necessary information and where the author has added to or deleted from the original AlA text.
This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification.
This form is approved and recommended by the American Institute of Architects (AlA) and The Associated General Contractors of America (AGC) for use in evaluating the qualifications of contractors . No endorsement of the submitting party or verification of the information is made by AlA or AGC.
AlA Document A305 TM -1986. Copyright C1:> 1964. 1969. 1979 and 1986 by The American Institute of Architects. All rights reserved. WARNING : This AJAC Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlAe Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlA software at 09:00:15 on 10/30/2015 under Order No. 998103204 7 _1 which expires on 05/17/2016. and is not for resale. User Notes: (1701539959)
94
§ 1.3.4 Vice-president 's name(s)
§ 1.3.5 Secretary' s name: § 1.3.6 Treasurer ' s name:
§ 1.4 If your organization is a partnership, answer the following: § 1.4.1 Date of organization: § 1.4.2 Type of partnership (if applicable): § 1.4.3 Name(s) of general partner(s)
§ 1.5 If your organization is individuall y owned, answer the following: § 1.5.1 Date of organization: § 1.5.2 Name of owner:
§ 1.6 Ifthe form of your organization is other than those li sted above, describe it and name the principals :
§ 2 LICENSING § 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable.
§ 2.2 List jurisdictions in which your organization ' s partnership or trade name is fil ed.
§ 3 EXPERIENCE § 3.1 List the categories of work that your organization normall y performs with its own forces.
§ 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach detai ls.) § 3.2.1 Has your organization ever failed to complete any work awarded to it?
§ 3.2.2 Are there any judgments, claims, arbitration proceedin gs or suits pending or outstanding against your organization or its officers?
§ 3.2.3 Has your organization filed any law suits or requested arbitrati on with regard to construction contracts within the last five years?
§ 3.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach detail s.)
AlA Document A30S TM - 1986. Copyright © 1964, 1969, 1979 and 1986 by The American Institute of Architects. All rights reserved. WARNING: This AlA"' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution ofthis AlA"' Document, or any 2 portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlA software at 09:00:15 on 10/30/2015 under Order No.9981 03204 7 _1 which expires on 05/17/2016, and is not for resale . User Notes: (1701539959)
95
§ 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date.
§ 3.4.1 State total worth of work in progress and under contract:
§ 3.5 On a separate sheet, li st the major projects your organization has completed in the past five years, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces.
§ 3.5.1 State average annual amount of construction work performed during the past five years:
§ 3.6 On a separate sheet, li st the construction experience and present commitments of the key individuals of your organization .
§ 4 REFERENCES § 4.1 Trade References:
§ 4.2 Bank References:
§ 4.3 Surety: § 4.3.1 Name of bonding company:
§ 4.3.2 Name and address of agent:
§ 5 FINANCING § 5.1 Financial Statement.
§ 5.1.1 Attach a financial statement, preferably audited, including your organ ization's latest balance sheet and income statement showing the following items:
Current Assets (e.g., cash, joint venture accoun ts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses);
Net Fixed Assets;
Other Assets;
AlA Document A3QS TM - 1986. Copyright© 1964, 1969, 1979 and 1986 by The American Institute of Architects. All rights reserved. WARNING: Th is AlA"' Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlA"' Document, or any 3 portion of it, may result in severe civil and crim inal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlA software at 09:00:15 on 10/30/201 5 under Order No. 9981032047 _1 which expires on 05/17/2016, and is not for resale. User Notes: (1701539959)
96
Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes) ;
Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par va lues, earned surplus and retained earnings).
§ 5.1.2 Name and address of firm preparing attached financial statement, and date thereof:
§ 5.1.3 Is the attached financial statement for the identical organization named on page one?
§ 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent-subsidiary).
§ 5.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction?
§ 6 SIGNATURE § 6.1 Dated at this day of
Name of Organization:
By:
Title:
§ 6.2
M being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading.
Subscribed and sworn before me this day of
Notary Public:
My Commission Expires:
AlA Document A30S TM -1986. Copyright © 1964, 1969, 1979 and 1986 by The American Institute of Architects. All rights reserved. WARNING: This AlA" Document is protected by U.S. Copyright Law and International Treaties . Unauthorized reproduction or distribution of this AlA" Document, or any 4 portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AlA software at 09:00:15 on 10/30/2015 under Order No. 998103204 7 _1 which expires on 05/17/2016. and is not for resale . User Notes: (1701539959)
97
1 CONTACT INFORMATION
1.1 Organization (Complete Only If a Branch Office Will Be Providing Services to WCPS)
Company Name:
DBA:
Corporate Federal ID Number: DUNS Number:
Address:
City: State: Zip:
Phone: Fax:
Email Address for sending PO's:
Website Address:
1.2 Main Contact for the Person Administering this Contract:
Name:
Title:
Email Address: Phone:
1.3 Other Company Contacts:
Name:
Title:
Email Address: Phone:
Name:
Title:
Email Address: Phone:
2 COMPANY INFORMATION
2.1 Number of years in the asbestos abatement business:
ALL BIDDERS MUST COMPLETE THE REMAINDER OF THIS FORM
If WCPS is required to use MBE certified subcontractors on a project, do you agree to make a good faith effort to
attempt to achieve the goals that would be defined by that project and to submit the requisite MBE paperwork?
WAHSINGTON COUNTY PUBLIC SCHOOLS PURCHASING DEPARTMENT
10435 DOWNSVILLE PIKE, HAGERSTOWN MD 21740
BID 2018-12 - UNIT PRICE CONTRACT FOR ASBESTOS ABATEMENT
WCPS SUPPLEMENTAL QUESTIONNAIRE TO AIA FORM 305—1986—CONTRACTOR’S
QUALIFICATION STATEMENT
98
2.2 List all the materials that your company is licensed to abate:
2.3 Include a copy of your license to do business in the State of Maryland
2.4 Include a copy of your State of Maryland license for Asbestos Removal/Encapsulation
3 EXPERIENCE (COMPLETE THIS SECTION IN LIEU OF 3.6 ON THE AIA A 305 FORM)
3.1
3.2 Have you performed any contractual work with WCPS in the last five years? If so, list the project(s) and date(s).
3.3
3.3.1 Company:
Contact:
Title:
Email Address: Phone:
3.3.2 Company:
Contact:
Title:
Email Address: Phone:
3.3.3 Company:
Contact:
Title:
Email Address: Phone:
Has your company ever been debarred from doing business with any federal/state/county/city government or school
district? If yes, explain:
Provide the names, titles and contact information for five contracts that most nearly meet an IDQ format, with
references preferred for a school system or non-profit agency, within the State of Maryland. If no work has been
performed in Maryland, list work that is registered with other states, and name the states. WCPS will contact them
as references.
99
3.4
3.5 Do you have an AHERA certified project designer on staff? Attach a resume for this individual.
3.6
3.7
3.7.1 Company:
Contact:
Title:
Email Address: Phone:
3.7.2 Company:
Contact:
Title:
Email Address: Phone:
4 FINANCING, BONDING AND INSURANCE
4.1
4.2
4.3 Has the firm ever been denied or been unable to receive bonding? If yes, explain:
4.4 Give the maximum value of contract work for which you could obtain a bond during the fiscal year:
Use the attached form to list all permanent employees on your payroll (i.e., project managers, field supervisor,
AHERA certified technician, and licensed technicians for other abatement media). Include their category of work,
their name, title, year of hire by your company, type of certifications, and license #s (if applicable) or dates of
expiration.
Submit a copy of your company’s certificate of insurance with this application to show evidence of current
coverage. The following questions should also be answered.
If awarded this contract, do you agree to obtain, at your cost, and provide evidence of, abatement coverage on an
occurrence basis or a claims made basis (for a minimum of two years after completion of project), as well as
pollution insurance covering asbestos, in the limits stated in these specifications, during the life of this contract?
Submit the resumes of all key employees the abatement contractor intends to use on Washington County Public
Schools projects.
Provide the names and contact information of at least two air monitoring/industrial firms, which have overseen or
provided air monitoring for school projects performed by your firm in the past two years. WCPS will contact them
as references.
100
5 CITATIONS
5.1
I hereby certify that
has not received any federal, state, or local regulatory violations or citations within the last three years.
Date
6 SIGNATURE
Signature Title
List any state, federal or local regulatory violations and/or citations and their resolution that have been issued to this
branch or corporate office in the last three (3) years. Provide the value of any judgments or liens outstanding
against your organization (use additional paper if needed):
If the response to question 5.1 is “not applicable” or “none,” the following statement must be submitted and signed
by an officer of the firm:
I, the undersigned, hereby certify that the information contained within this supplemental questionnaire is true and
is a correct statement of facts.
Name of Corporate Officer Name of Firm
DateAuthorized Signature
I further affirm that the employees listed in this application are full time, properly trained, and certified employees
of our firm and not part time, contractual, or temporary employees.
I further certify that the undersigned shall abide by and be subject to all applicable federal, state, and local laws and
relations pertaining to any subsequent contract that may be issued.
Printed Name Title
101
Name Title Year of Hire
Type of
Certification
Certification
Number Expiration Date
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
BID 2018-12 - UNIT PRICE CONTRACT FOR ASBESTOS ABATEMENT
EMPLOYEE CERTIFICATION LIST
102
WCPS RFP 2018-12
Unit Price Contract for Asbestos Abatement
PRICE PROPOSAL FORMI. Removal /Abatement of Product Units Unit of Measure Maximum Unit Price
1 Removal of pipe insulation-straight Per linear foot $
2 Removal of pipe insulation-fittings, elbows, Ts, etc. Each $
3 Removal of pipe insulation-straight (glove bag method) Per bag $
4 Removal of pipe insulation-fittings, elbows, Ts, etc. (glove bag method) Per bag $
5 Removal of duct transition cloth (flexible connector) Per square foot $
6 Removal of duct and tank insulation Per square foot $
7 Removal of boiler and breeching insulation Per square foot $
8 Removal of ceiling tile- drop in Per square foot $
9 Removal of ceiling tile- glued Per square foot $
10 Removal of ceiling tile- track system Per square foot $
11 Removal of 9" x 9" floor tile Per square foot $
12 Removal of 12" x 12" floor tile Per square foot $
13 Removal of floor tile mastic Per square foot $
14 Removal of linoleum/sheet goods Per square foot $
15 Removal of plaster/troweled on ACM Per square foot $
16 Removal of spray applied fireproofing Per square foot $
17 Removal of floor tile under carpet Per square foot $
18 Removal of tank linings Per square foot $
19 Removal of transite soffit and siding up to 10' high Per square foot $
20 Removal of transite soffit and siding 10'- 20' high Per square foot $
II. Labor Rates for Set up and Clean Up Unit of Measure Maximum Unit Price
1 Supervisor + 3 person team, routine hours (7am-11pm) Per crew, per hour $
2 Supervisor+ 3 person team, non-routine hours (11pm-7am or holidays) Per crew, per hour $
3 Licensed abatement worker, routine hours (7am-11pm) Per hour $
4 Licensed abatement worker, non-routine hours (11pm-7am or holidays) Per hour $
5 Licensed mold abatement worker, routine hours (7am-11pm) Per hour $
6 Licensed mold abatement worker, non-routine hours (11pm-7am or holidays) Per hour $
7 Licensed lead abatement worker, routine hours (7am-11pm) Per hour $
8 Licensed lead abatement worker, non-routine hours (11pm-7am or holidays) Per hour $
III. Disposal Unit Costs Unit of Measure Maximum Unit Price
1 Disposal per container (bag, drum, etc.) Per each $
2 Disposal per 40 cubic yard dumpster Per each $
3 Disposal per 100 cubic yard dumpster Per each $
4 Use of containment shower, one time charge per project Each $
5 Percentage mark up for approved rental equipment Value %
IV. Industrial Hygiene Services Unit of Measure Maximum Unit Price
1 Licensed industrial hygienist (7am-11pm) Per hour, per person $
2 TEM Sampling and Testing Each (Per Sample) $
3 PCM Sampling and Testing Each (Per Sample $
4 TEM Sampling and Testing- 4 Hour Results Each (Per Sample) $
5 PCM Sampling and Testing-4 Hour Results Each (Per Sample) $
V. SUBCONTRACTORS and TRADES (If none, write “NONE”):
103
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740
CONTRACT AFFIDAVIT
MANDATORY CONTRACT ADDENDUM
COMAR 21.07.01.25
Bidder shall complete and submit this contract affidavit to the Legal Department of Washington County
Public Schools to attach with the contract form.
A. AUTHORITY
I HEREBY AFFIRM THAT:
I, (print name) possess the legal authority to make
this Affidavit.
B. CERTIFICATION OF REGISTRATION OR QUALIFICATION WITH THE STATE
DEPARTMENT OF ASSESSMENTS AND TAXATION
I FURTHER AFFIRM THAT:
The business named above is a (check applicable items):
Corporation: ____domestic ____or foreign
Limited Liability Company: ____domestic ____or foreign
Partnership: ____domestic ____or foreign
Statutory Trust: ____domestic or foreign
Sole Proprietorship: ____and is registered or qualified as required under Maryland Law.
I further affirm that the above business is in good standing both in Maryland and (IF APPLICABLE) in
the jurisdiction where it is presently organized, and has filed all of its annual reports, together with filing
fees, with the Maryland State Department of Assessments and Taxation. The name and address of its
resident agent (IF APPLICABLE) filed with State Department of Assessments and Taxation is:
Name and Department ID Number
Address:
and that if it does business under a trade name, it has filed a certificate with the State Department of
Assessments and Taxation that correctly identifies that true name and address of the principal or owner
as:
104
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740
Name and Department ID Number:
Address:
C. FINANCIAL DISCLOSURE AFFIRMATION
I FURTHER AFFIRM THAT:
I am aware of, and the above business will comply with, the provisions of the State Finance and
Procurement Article §13-221, Annotated Code of Maryland, which require that every business that enters
into contracts, leases, or other agreements with the State of Maryland or its agencies during a calendar
year under which the business is to receive in the aggregate $100,000 or more shall, within 30 days of the
time when the aggregate value of the contracts, leases, or other agreements reaches $100,000, file with the
Secretary of State of Maryland certain specified information to include disclosure of beneficial ownership
of the business.
D. POLITICAL CONTRIBUTION DISCLOSURE AFFIRMATION
I FUTHER AFFIRM THAT:
I am aware of, and the above business will comply with, Election Law Article §§14-101-14-108,
Annotated Code of Maryland, which requires that every person that enters into contracts, leases, or other
agreements with the State of Maryland, including its agencies or a political subdivision of the State,
during a calendar year in which the person receives in the aggregate $100,000 or more shall file with the
State Board of Elections a statement disclosing contributions in excess of $500 made during the reporting
period to a candidate for elective office in any primary or general election.
E. DRUG AND ALCOHOL FREE WORKPLACE
(Applicable to all contracts unless the contract is for a law enforcement agency and the agency head or the
agency head’s designee has determined that application of COMAR 21.11.08 and this certification would
be inappropriate in connection with the law enforcement agency’s undercover operations.)
I CERTIFY THAT:
(1) Terms defined in COMAR 21.11.08 shall have the same meanings when used in this certification.
(2) By submission of its bid or offer, the business, if other than an individual, certifies and agrees
that, with respect to its employees to be employed under a contract resulting from this
solicitation, the business shall:
(a) Maintain a workplace free of drug and alcohol abuse during the term of the contract;
(b) Publish a statement notifying its employees that the unlawful manufacture, distribution,
dispensing, possession, or use of drugs, and the abuse of drugs or alcohol is prohibited in the
105
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740
business’ workplace and specifying the actions that will be taken against employees for violation
of the prohibitions;
(c) Prohibit its employees from working under the influence of drugs or alcohol;
(d) Not hire or assign to work on the contract anyone who the business knows, or in the exercise
of due diligence should know, currently abuses drugs or alcohol and is not actively engaged in a
bona fide drug or alcohol abuse assistance or rehabilitation program;
(e) Promptly inform the appropriate law enforcement agency of every drug-related crime that
occurs in its workplace if the business has observed the violation or otherwise has reliable
information that a violation has occurred;
(f) Establish drug and alcohol abuse awareness programs to inform its employees about:
(i) The dangers of drug abuse and alcohol abuse in the workplace;
(ii) The business’s policy of maintaining a drug and alcohol free workplace;
(iii) Any available drug and alcohol counseling, rehabilitation, and employee assistance
programs; and
(iv) The penalties that may be imposed upon employees who abuse drugs and alcohol in
the workplace;
(g) Provide all employees engaged in the performance of the contract with a copy of the statement
required by §E(2)(b), above;
(h) Notify its employees in the statement required by §E(2)(b), above, that as a condition of
continued employment on the contract, the employee shall:
(i) Abide by the terms of the statement; and
(ii) Notify the employer of any criminal drug or alcohol abuse conviction for an offense
occurring in the workplace not later than 5 days after a conviction;
(i)Notify the procurement officer within 10 days after receiving notice under §E(2)(h)(ii), above,
or otherwise receiving actual notice of a conviction;
(j)Within 30 days after receiving notice under §E(2)(h)(ii), above, or otherwise receiving actual
notice of a conviction, impose either of the following sanctions or remedial measures on any
employee who is convicted of a drug or alcohol abuse offense occurring in the workplace:
(i) Take appropriate personnel action against an employee, up to and including
termination; or
(ii) Require an employee to satisfactorily participate in a bona fide drug or alcohol abuse
assistance or rehabilitation program; and
(k) Make a good faith effort to maintain a drug and alcohol free workplace through
implementation of §E(2)(a)-(j),above.
106
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740
(3) If the business is an individual, the individual shall certify and agree as set forth in §E(4), below,
that the individual shall not engage in the unlawful manufacture, distribution, dispensing, possession,
or use of drugs or the abuse of drugs or alcohol in the performance on the contract.
(4) I acknowledge and agree that:
(a) The award of the contract is conditional upon compliance with COMAR 21.11.08 and this
certification;
(b) The violation of the provisions of COMAR 21.11.08 or this certification shall be cause to
suspend payments under, or terminate the contract for default under COMAR 21.07.01.11 or
21.07.03.15, as applicable; and
(c) The violation of the provisions of COMAR 21.11.08 or this certification in connection with
the contract may, in the exercise of the discretion of the Board of Public Works, result in
suspension and debarment of the business under COMAR 21.08.03.
F. CERTAIN AFFIRMATIONS VALID
I FURTHER AFFIRM THAT:
To the best of my knowledge, information, and belief, each of the affirmations, certifications, or
acknowledgments contained in that certain Bid/Proposal Affidavit dated ,
20 , and executed by me for the purpose of obtaining the contract to which this Exhibit is attached
remains true and correct in all respects as if made as of the date of this Contract Affidavit and as if fully
set forth herein.
I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE
CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY
KNOWLEDGE, INFORMATION, AND BELIEF.
Date:
By:
(Print name of Authorized Representative and Affiant)
(Signature of Authorized Representative and Affiant)
_____________________________________________
(Company name)
107
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740
MANDATORY BID/PROPOSAL AFFIDAVIT
COMAR 21.05.08.07
Bidder shall complete and submit this bid/proposal affidavit to the Supervisor of Purchasing, Washington
County Public Schools with the bid or offer.
A. AUTHORITY
I HEREBY AFFIRM THAT:
I (print name) possess the legal authority to make this Affidavit.
B. CERTIFICATION REGARDING COMMERCIAL NONDISCRIMINATION
The undersigned bidder hereby certifies and agrees that the following information is correct: In preparing
its bid on this project, the bidder has considered all proposals submitted from qualified, potential
subcontractors and suppliers, and has not engaged in “discrimination” as defined in §19-103 of the State
Finance and Procurement Article of the Annotated Code of Maryland. “Discrimination” means any
disadvantage, difference, distinction, or preference in the solicitation, selection, hiring, or commercial
treatment of a vendor, subcontractor, or commercial customer on the basis of race, color, religion,
ancestry, or national origin, sex, age, marital status, sexual orientation, or on the basis of disability or any
otherwise unlawful use of characteristics regarding the vendor’s, supplier’s or commercial customer’s
employees or owners. “Discrimination” also includes retaliating against any person or other entity for
reporting any incident of “discrimination”. Without limiting any other provision of the solicitation on this
project, it is understood that, if the certification is false, such false certification constitutes grounds for the
State to reject the bid submitted by the bidder on this project, and terminate any contract awarded based
on the bid. As part of its bid or proposal, the bidder herewith submits a list of all instances within the past
4 years where there has been a final adjudicated determination in a legal or administrative proceeding in
the State of Maryland that the bidder discriminated against subcontractors, vendors, suppliers, or
commercial customers, and a description of the status or resolution of that determination, including any
remedial action taken. Bidder agrees to comply in all respects with the State’s Commercial
Nondiscrimination Policy as described under Title19 of the State Finance and Procurement Article of the
Annotated Code of Maryland.
B-1 Certification Regarding Minority Business Enterprises.
The undersigned bidder hereby certifies and agrees that it has fully complied with the State Minority
Business Enterprise Law, State Finance and Procurement Article, §14-308 (a)(2), Annotated Code of
Maryland, which provides that, except as otherwise provided by law, a contractor may not identify a
certified minority business enterprise in a bid or proposal and:
108
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740
(1) Fail to request, receive, or otherwise obtain authorization from the certified minority business
enterprise to identify the certified minority proposal;
(2) Fail to notify the certified minority business enterprise before execution of the contract of its
inclusion in the bid or proposal;
(3) Fail to use the certified minority business enterprise in the performance of the contract; or
(4) Pay the certified minority business enterprise solely for the use of its name in the bid or
proposal.
Without limiting any other provision of the solicitation on this project, it is understood that if the
certification is false, such false certification constitutes grounds for the State to reject the bid submitted by
the bidder on this project, and terminate any contract awarded based on the bid.
C. AFFIRMATION REGARDING BRIBERY CONVICTIONS
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the above business (as is defined in
Section 16-101(b) of the State Finance and Procurement Article of the Annotated Code of Maryland), or
any of its officers, directors, partners, controlling stockholders, or any of its employees directly involved
in the business's contracting activities including obtaining or performing contracts with public bodies has
been convicted of, or has had probation before judgment imposed pursuant to Criminal Procedure Article,
§6-220, Annotated Code of Maryland, or has pleaded nolo contendere to a charge of bribery, attempted
bribery, or conspiracy to bribe in violation of Maryland law, or of the law of any other state or federal
law, except as follows (indicate the reasons why the affirmation cannot be given and list any conviction,
plea, or imposition of probation before judgment with the date, court, official or administrative body, the
sentence or disposition, the name(s) of person(s) involved, and their current positions and responsibilities
with the business):
D. AFFIRMATION REGARDING OTHER CONVICTIONS
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its
officers, directors, partners, controlling stockholders, or any of its employees directly involved in the
business's contracting activities including obtaining or performing contracts with public bodies, has:
109
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740
(1) Been convicted under state or federal statute of:
(a) A criminal offense incident to obtaining, attempting to obtain, or performing a public
or private contract; or
(b) Fraud, embezzlement, theft, forgery, falsification or destruction of records or
receiving stolen property;
(2) Been convicted of any criminal violation of a state or federal antitrust statute;
(3) Been convicted under the provisions of Title 18 of the United States Code for violation of the
Racketeer Influenced and Corrupt Organization Act, 18 U.S.C. §1961 et seq., or the Mail Fraud
Act, 18 U.S.C. §1341 et seq., for acts in connection with the submission of bids or proposals for a
public or private contract;
(4) Been convicted of a violation of the State Minority Business Enterprise Law, §14-308 of the
State Finance and Procurement Article of the Annotated Code of Maryland;
(5) Been convicted of a violation of §11-205.1 of the State Finance and Procurement Article of
the Annotated Code of Maryland;
(6) Been convicted of conspiracy to commit any act or omission that would constitute grounds for
conviction or liability under any law or statute described in subsections (1)—(5) above;
(7) Been found civilly liable under a state or federal antitrust statute for acts or omissions in
connection with the submission of bids or proposals for a public or private contract; or
(8) Been found in a final adjudicated decision to have violated the Commercial
Nondiscrimination Policy under Title 19 of the State Finance and Procurement Article of the
Annotated Code of Maryland with regard to a public or private contract; or
(9) Admitted in writing or under oath, during the course of an official investigation or other
proceedings, acts or omissions that would constitute grounds for conviction or liability under any
law or statute described in §§B and C and subsections D (1)- (8) above, except as follows
(indicate reasons why the affirmations cannot be given, and list any conviction, plea, or
imposition of probation before judgment with the date, court, official or administrative body, the
sentence or disposition, the name(s) of the person(s) involved and their current positions and
responsibilities with the business, and the status of any debarment):
E. AFFIRMATION REGARDING DEBARMENT
110
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the above business, or any of its
officers, directors, partners, controlling stockholders, or any of its employees directly involved in the
business's contracting activities, including obtaining or performing contracts with public bodies, has ever
been suspended or debarred (including being issued a limited denial of participation) by any public entity,
except as follows (list each debarment or suspension providing the dates of the suspension or debarment,
the name of the public entity and the status of the proceedings, the name(s) of the person(s) involved and
their current positions and responsibilities with the business, the grounds of the debarment or suspension,
and the details of each person's involvement in any activity that formed the grounds of the debarment or
suspension).
F. AFFIRMATION REGARDING DEBARMENT OF RELATED ENTITIES
I FURTHER AFFIRM THAT:
(1) The business was not established and it does not operate in a manner designed to evade the
application of or defeat the purpose of debarment pursuant to Sections 16-101, et seq., of the
State Finance and Procurement Article of the Annotated Code of Maryland; and
(2) The business is not a successor, assignee, subsidiary, or affiliate of a suspended or debarred
business, except as follows (you must indicate the reasons why the affirmations cannot be given
without qualification):
G. SUB-CONTRACT AFFIRMATION
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the above business, has knowingly
entered into a contract with a public body under which a person debarred or suspended under Title 16 of
the State Finance and Procurement Article of the Annotated Code of Maryland will provide, directly or
indirectly, supplies, services, architectural services, construction related services, leases of real property,
or construction.
111
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740
H. AFFIRMATION REGARDING COLLUSION
I FURTHER AFFIRM THAT:
Neither I, nor to the best of my knowledge, information, and belief, the above business has:
(1) Agreed, conspired, connived, or colluded to produce a deceptive show of competition in the
compilation of the accompanying bid or offer that is being submitted;
(2) In any manner, directly or indirectly, entered into any agreement of any kind to fix the bid
price or price proposal of the bidder or offeror or of any competitor, or otherwise taken any action
in restraint of free competitive bidding in connection with the contract for which the
accompanying bid or offer is submitted.
I. CERTIFICATION OF TAX PAYMENT
I FURTHER AFFIRM THAT:
Except as validly contested, the business has paid, or has arranged payment of, all taxes due the State of
Maryland and has filed all required returns and reports with the Comptroller of the Treasury, the State
Department of Assessments and Taxation, and the Department of Labor, Licensing, and Regulation, as
applicable, and will have paid all withholding taxes due the State of Maryland prior to final settlement.
J. CONTINGENT FEES
I FURTHER AFFIRM THAT:
The business has not employed or retained any person, partnership, corporation, or other entity, other than
a bona fide employee, bona fide agent, bona fide salesperson, or commercial selling agency working for
the business, to solicit or secure the Contract, and that the business has not paid or agreed to pay any
person, partnership, corporation, or other entity, other than a bona fide employee, bona fide agent, bona
fide salesperson, or commercial selling agency, any fee or any other consideration contingent on the
making of the Contract.
K. ACKNOWLEDGEMENT
I ACKNOWLEDGE THAT this Affidavit is to be furnished to the Procurement Officer and may be
distributed to units of: (1) the State of Maryland; (2) counties or other subdivisions of the State of
Maryland; (3) other states; and (4) the federal government. I further acknowledge that this Affidavit is
subject to applicable laws of the United States and the State of Maryland, both criminal and civil, and that
nothing in this Affidavit or any contract resulting from the submission of this bid or proposal shall be
construed to supersede, amend, modify or waive, on behalf of the State of Maryland, or any unit of the
State of Maryland having jurisdiction, the exercise of any statutory right or remedy conferred by the
constitution and the laws of Maryland with respect to any misrepresentation made or any violation of the
112
WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740
obligations, terms, and covenants undertaken by the above business with respect to (1) this Affidavit, (2)
the contract, and (3) other Affidavits comprising part of the contract.
I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE
CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY
KNOWLEDGE, INFORMATION, AND BELIEF.
Date:
By:
(Print name of Authorized Representative and Affiant)
(Signature of Authorized Representative and Affiant)
_____________________________________________
(Company name)
113
WCPS RFP 2018-12
Unit Price Contract for Asbestos Abatement
Specification, Price, and Addenda Signature Acknowledgment
I/We certify that this bid/proposal is made without previous understanding, agreement, or connection with any person,
firm, or corporation submitting a bid/proposal for the same goods/services and is, in all respects fair and without
collusion or fraud; that none of this company's officers, directors, partners or its employees have been convicted of
bribery, attempted bribery, or conspiracy to bribe under the laws of any state or federal government; and that no
member of the Board of Education of Washington County, Administrative or Supervisory Personnel or other
employees of the Washington County Public Schools, has any interest in the bidding company:
Company:
dba: ______________________________________________________________________________
Federal Identification: _______________________
Acknowledgment of Addenda (if applicable) The above company/firm acknowledges the receipt of the following addenda for the above-referenced solicitation.
Bidder acknowledges each addendum by initialing and dating below:
Addendum #1: _____________________ Date: _____________________
Addendum #2: _____________________ Date: _____________________
Addendum #3: _____________________ Date: _____________________
Addendum #4: _____________________ Date: _____________________
Addendum #5: _____________________ Date: _____________________
Proprietary and Confidential Information (please check the appropriate statement)
See Proprietary and Confidential Information in Section I General Terms and Conditions
The offeror acknowledges that there is no proprietary and confidential information included in their
submission. The submission may be used as submitted when a Freedom of Information Act request is
submitted.
The offeror acknowledges that there is proprietary and confidential information included in their
submission. The offeror has included an electronic copy of the proposal (on a flash-drive or CD) in a
separate envelope labeled “REDACTED PROPOSAL” that will be used when a Freedom of
Information Act request is submitted.
The undersigned has familiarized themselves with the conditions affecting the work, the specifications, the
prices provided on the cost proposal, and is legally authorized to make this proposal on behalf of the
company/firm listed above.
Name (Print) _____________________________ Date ______________________
Signature _____________________________ Phone ______________________
Title _____________________________ Fax ______________________
E-Mail Address (for correspondence): __________________________________________________
E-Mail Address (for receiving Purchase Orders): _________________________________________
(Do not place an email address in this space if your company is unable to receive purchase orders
electronically) 114
AIA®
Document A101TM – 2007
Standard Form of Agreement Between Owner and Contractor
where the basis of payment is a Stipulated Sum
AIA Document A101™ – 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The
American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International
Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal
penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 13:40:50 on
10/15/2009 under Order No.1000391833_1 which expires on 04/12/2010, and is not for resale.
User Notes: (930362960)
1
ADDITIONS AND DELETIONS:
The author of this document
has added information
needed for its completion.
The author may also have
revised the text of the
original AIA standard form.
An Additions and Deletions
Report that notes added
information as well as
revisions to the standard
form text is available from
the author and should be
reviewed.
This document has important
legal consequences.
Consultation with an
attorney is encouraged with
respect to its completion
or modification.
AIA Document A201™–2007,
General Conditions of the
Contract for Construction,
is adopted in this document
by reference. Do not use
with other general
conditions unless this
document is modified.
ELECTRONIC COPYING of any
portion of this AIA® Document
to another electronic file is
prohibited and constitutes a
violation of copyright laws
as set forth in the footer of
this document.
AGREEMENT made as of the « » day of « » in the year « » BETWEEN the Owner: «Washington County Board of Education» «10435 Downsville Pike” Hagerstown, MD 21740 and the Contractor: «» «» «» for the following Project: RFP 2018-12 Unit Price Contract for Asbestos Abatement The Architect/Engineer: «N/A « » « » « » The Owner and Contractor agree as follows. This is a Unit Price contract. Washington County Public Schools’ staff will request contractor(s) as needed to provide a written price quote on a per project basis. The contractor’s price quote shall be based on the unit prices set-forth in this contract. If Washington County Public Schools’ staff accepts the contractor’s price quote for a project, each project shall be summarized and sequentially numbered on the attached template, Exhibit A, entitled Addendum to Contract, and shall be appended to this contract and shall constitute an addendum to this contract.
115
AIA Document A101™ – 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The
American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International
Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal
penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 13:40:50 on
10/15/2009 under Order No.1000391833_1 which expires on 04/12/2010, and is not for resale.
User Notes: (930362960)
2
TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement, all of which form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than a Modification, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents, except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION § 3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. The initial contract shall be for a period of three (3) years, beginning November 1, 2017 and ending October 31, 2020. WCPS reserves the option to renew this contract for one (1) additional two (2) year period, subject to acceptable performance. Prior to a contract renewal, WCPS and the award firm will communicate regarding performance, pricing, revisions and modifications to this contract. All terms and conditions of the bid will apply to any renewal of this contract. § 3.2 The Contract Time shall be measured from the date of commencement. All work to be performed when School is not in session, or a time frame dictated by the Owner’s Representative when the area will be available for work, i.e. summer/holiday breaks, after school hours, weekends, evenings, and vacation days. § 3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than: The Contractor shall achieve Substantial Completion of the entire Work, as established by mutual consent on a per project/site basis upon acceptance of quote/proposal and execution of a contract addendum. All work to be performed when school is not in session; i.e., summer/holiday breaks, after school hours, weekends and school vacation days.
116
AIA Document A101™ – 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The
American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International
Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal
penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 13:40:50 on
10/15/2009 under Order No.1000391833_1 which expires on 04/12/2010, and is not for resale.
User Notes: (930362960)
3
subject to adjustments of this Contract Time as provided in the Contract Documents. «If the work is not completed within the time period specified, and agreed by the parties on a per project/site basis, the contractor will be liable for liquidated damages of $500.00 per calendar day. ARTICLE 4 CONTRACT SUM § 4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor’s performance of the Contract. The Contract Sum shall be based on the fixed Unit Prices as per the Proposal Sheet for RFP No. 2018-12, subject to additions and deductions as provided in the Contract Documents. As per RFP No. 2018-12, the prices your company has provided are maximum prices allowed during the Contract period. Renewal escalation of the contract prices will be considered if a written request is made within ninety (90) days of the approaching renewal period. Requests must include appropriate documentation to support the rate of increase. Failure to comply may result in denial of the request. Pricing adjustments are NOT automatic; WCPS reserves the right to accept or reject the requested price adjustments. In making this determination, the WCPS Purchasing Supervisor will consider the current market and will not approve increases that exceed market rate indices for labor/overhead/supplies. The Purchasing Supervisor may, at their discretion, elect the rebid the contract rather that incur increases. If a price adjustment is approved, the Award Bidder will be notified in writing by WCPS. The increase will be effective for the renewal period and pricing is then to remain firm for the entire renewal period. § 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: «None » § 4.3 Unit prices, if any: (Identify and state the unit price; state quantity limitations, if any, to which the unit price will be applicable.)
Item Price Per Unit ($ 0.00)
§ 4.4 Allowances included in the Contract Sum, if any: (Identify allowance and state exclusions, if any, from the allowance price.)
Item Price None
ARTICLE 5 PAYMENTS § 5.1 PROGRESS PAYMENTS § 5.1.1 Based upon Applications for Payment submitted to the Architect or Owner by the Contractor and Certificates for Payment issued by the Architect or Owner, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. § 5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: « » § 5.1.3 Provided that an Application for Payment is received by the Architect or Owner not later than the «1st » day of a month, the Owner shall make payment of the certified amount to the Contractor not later than the «15th» day of the «following» month. If an Application for Payment is received by the Architect or Owner after the application date fixed above, payment shall be made by the Owner not later than «Forty-five» («45») days after the Architect or Owner receives and approves the Application for Payment. § 5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents. The schedule of values shall allocate the entire Contract Sum among the various portions of the Work. The schedule of values shall be prepared in such form and supported
117
AIA Document A101™ – 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The
American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International
Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal
penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 13:40:50 on
10/15/2009 under Order No.1000391833_1 which expires on 04/12/2010, and is not for resale.
User Notes: (930362960)
4
by such data to substantiate its accuracy as the Architect or Owner may require. This schedule, unless objected to by the Architect or Owner, shall be used as a basis for reviewing the Contractor’s Applications for Payment. § 5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. § 5.1.6 Subject to other provisions of the Contract Documents, the amount of each progress payment shall be computed as follows:
.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values, less retainage of Five percent» («5.00%»). Amounts for changes in the work shall not be included on an Application for Payment until the Change Order is executed.
.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing), less retainage of Five percent» «5.00%»). Reference the Washington County Public School’s Supplement Conditions to the AIA Document A201-1997, page 14 of 23, paragraph 9.3.2 for the policy concerning payments for stored materials.
.3 Subtract the aggregate of previous payments made by the Owner; and
.4 Subtract amounts, if any, for which the Architect or Owner has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A201–1997.
§ 5.1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be further modified under the following circumstances:
.1 Upon Substantial Completion of the Work, a sum sufficient to increase the total payments to the full amount of the Contract Sum, less such amounts as the Architect or Owner shall determine for incomplete Work, retainage applicable to such work and unsettled claims; and (Section 9.8.5 of AIA Document A201–1997 requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.
.2 If final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable shall be in accordance with Section 9.10.3 of AIA Document A201–1997.
§ 5.1.8 Reduction or limitation of retainage, if any, shall be at the sole discretion of the owner. « » § 5.1.9 Except with the Owner’s prior approval, the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. § 5.2 FINAL PAYMENT § 5.2.1 Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor per the Washington County Public School’s Supplement Conditions to the AIA Document A201-1997, paragraph 9.10.
.1 the Contractor has fully performed the Contract except for the Contractor’s responsibility to correct Work as provided in Section 12.2.2 of AIA Document A201-1997, and to satisfy other requirements, if any, which extend beyond final payment; and
.2 a final Certificate for Payment has been issued by the Architect, or approved by the Owner. § 5.2.2 The Owner’s final payment to the Contractor shall be made no later than 45 days after the issuance of the Architect’s or Owner’s final Certificate for Payment, or as follows: « » ARTICLE 7 TERMINATION OR SUSPENSION § 7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201–1997. § 7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201–1997.
118
AIA Document A101™ – 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The
American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International
Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal
penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 13:40:50 on
10/15/2009 under Order No.1000391833_1 which expires on 04/12/2010, and is not for resale.
User Notes: (930362960)
5
ARTICLE 8 MISCELLANEOUS PROVISIONS § 8.1 Where reference is made in this Agreement to a provision of AIA Document A201–1997 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. « » « » § 8.2 Deleted § 8.3 The Owner’s representative: Mark Mills Director of Maintenance and Operations 301-766-2978 millsmar@wcps.k12.md.us § 8.4 The Contractor’s representative: (Name, address and other information)
§ 8.5 Neither the Owner’s nor the Contractor’s representative shall be changed without ten days written notice to the other party. § 8.6 Other provisions: The following provisions may be fully described in the General Conditions of the Contract for Construction and the associated Supplemental Conditions by Washington County Public Schools. ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS § 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated in the sections below. § 9.1.1 The Agreement is this executed AIA Document A101–2007, Standard Form of Agreement Between Owner and Contractor. § 9.1.2 The General Conditions are AIA Document A201–1997, General Conditions of the Contract for Construction as presented in the Compact Disc/Project Manual, with modifications. § 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the RFP No. 2018-12. § 9.1.4 The Specifications are those contained in the RFP No. 2018-12 unless modified by the Addenda listed in Section 9.1.5 below: § 9.1.5 The Addenda, if any:
Number Date Pages
ARTICLE 10 INSURANCE AND BONDS The Contractor shall provide bonds as set forth in AIA Document A701-1997 Instructions to Bidders, as amended by Washington County Board of Education and the Washington County Board of Education Supplemental Conditions to the A201-1997 General Conditions of the Contract for Construction Ǥ 10.1 The Contractor shall provide insurance with limits as described within Article 11 of the Washington County Public School Supplement Conditions to the General Conditions of the Contract for Construction AIA Contract A201-1997.
119
AIA Document A101™ – 2007. Copyright © 1915, 1918, 1925, 1937, 1951, 1958, 1961, 1963, 1967, 1974, 1977, 1987, 1991, 1997 and 2007 by The
American Institute of Architects. All rights reserved. WARNING: This AIA® Document is protected by U.S. Copyright Law and International
Treaties. Unauthorized reproduction or distribution of this AIA® Document, or any portion of it, may result in severe civil and criminal
penalties, and will be prosecuted to the maximum extent possible under the law. This draft was produced by AIA software at 13:40:50 on
10/15/2009 under Order No.1000391833_1 which expires on 04/12/2010, and is not for resale.
User Notes: (930362960)
6
§ 10.2 Certificate of Insurance: Prior to proceeding with the work, the contractor agrees to provide a Certificate of Insurance with the application coverage as listed in the Specifications: » List the Certificate Holder and Additional Insured as: Board of Education of Washington County 10435 Downsville Pike Hagerstown, MD 21740 List the Project as: Asbestos Abatement On-Call Services Various Locations This Agreement entered into as of the day and year first written above and is executed in at least three original copies, of which one is to be delivered to the Contractor, one to the Architect for use in the administration of the Contract, and the remainder to the Owner.
OWNER (Signature) CONTRACTOR (Signature)
«Dr. Boyd J. Michael, III Superintendent of Schools»
(Printed name and title) (Printed name and title)
120
WASHINGTON COUNTY PUBLIC SCHOOLS RFP 2018-12 ASBESTOS ABATEMENT PROJECT FORM
PROJECT NAME:
DATE:
SCHOOL/BUILDING:
CONTRACTOR:
PROJECT SCOPE: The project work will be performed in accordance with the listed regulations:
Describe what level of containment will be utilized (full containment, criticals only, etc.):
Provide detailed description of containment measures to be utilized, including a diagram with proposed construction/location, water requirements, negative air units, etc.
Project Designer Name/Accredidation#/State:
Description of how project is proposed to be performed (include details on any water, electric shutdown/lockout requirements that may be necessary.
Estimated time frame from commencement of work to completion of project including set-up, abatement, clearance sampling, tear down, etc.
FINAL COMPLETION DATE:
121
top related