Loading...
HomeMy WebLinkAboutPR 19423: CONTRACT TO INLAND ENVIRONMENTS, LTD FOR ASBESTOS/LEAD ABATEMENT & DEMOLITION OF TWO DANGEROUS COMMERCIAL PROPERTIES City of nrt rtLT;i"."".. Texas INTEROFFICE MEMORANDUM Office of the Department of Code Compliance Demolition Division Date: June 17, 2016 To: Brian McDougal, City Manager Mayor and City Council From: Darlene Thomas-Pierre, Acting Director of Code Compliance I Re: P. R. NO. 19423 —AWARDING A CONTRACT TO INLAND ENVIRONMENTS, LTD FOR ASBESTOS/LEAD ABATEMENT & DEMOLITION OF TWO (2) DANGEROUS COMMERCIAL PROPERTIES LOCATED AT 424-436 E. PROCTER STREET AND 435 & 443 E. PROCTER STREET COMMENT Nature of the Request: Staff recommends that the City Council adopt P. R. No. 19423 authorizing the City Manager to execute a contract with Inland Environments, Ltd. in the amount of$163,877.00 for asbestos/lead abatement and demolition and removal of two(2)dangerous commercial properties located at 424-436 E.Procter Street and 435 & 443E. Procter Street. Staff Analysis/Considerations: The Texas General Land Office (GLO) has approved the use of Community Development Block Grant Disaster Recovery funding for the demolition and clearance of commercial properties that were damaged as a result of Hurricane Ike and are now uninhabitable. THIS IS THE FIRST OF THE IKE ROUND 2.2 COMMERCIAL DEMOLITION PROJECTS. Bids for asbestos/lead abatement and demolition of three(3)dangerous commercial properties were opened on June 15,2016. Inland Environments,Ltd.is the lowest responsible bidder for the two subject buildings; their bid is $163,877.00,to be completed within thirty(30)working days from the date they receive a Notice to Proceed. Bid award is based on the lowest and most responsive bid.AAR,Inc.bid$266,550.00(38 days). The bid tabulation follows. CONTRACTOR 424-436 E. Procter 435 & 443 E. Procter TOTAL BID Street Street *Inland Environments,Ltd., Kingwood, TX $42,880.00 $120,997.00 $163,877 AAR, Inc., Houston, TX $107,800.00 $158,750.00 $266,550 *Successful Bidder (CONTINUED) 1 P.R.#19423—ASBESTOS/LEAD/DEMO CONTRACT—INLAND,LTD—06/17/16 PAGE 2 OF 2 The following nine vendors also attended the mandatory pre-bid conference and walk-through,but did not submit bids: (1)BREES,Dallas,TX;(2)C&C Demolition,Inc,Orange,TX;(3)CARES Contracting& Construction;(4)Coastal Demolition,Inc.,Beaumont,TX; (5)K&F Demolitin,Inc.,Houston,TX;(6)Lark Group,Warren, TX; (7) MLG Construction, Houston, TX; (8) Mobley, Deer Park, TX; (9) PRC Environmental, Inc., Pasadena, TX; Recommendation: Staff recommends that the City Council adopt P.R.No. 19423 thereby authorizing the execution of a contract for asbestos/lead abatement and demolition between the City of Port Arthur and Inland Environments,Ltd. in the amount of$163,877.00. Budget Consideration: This project is funded by the Texas General Land Office; funds allocated by U. S. Dept. of HUD through CDBG(GLO Contract#13-339-000-7653/DRS220148).Acceptance of this recommendation will not require a budget amendment. Funding is available in Account No. 145-1201-532.59-00, Project# I22WP. DTP cc: Ron Burton Mary Essex Clifton Williams STRUCTURES TO BE DEMOLISHED: 424-436 E. Procter Street(2-Story Commercial) (424-428-436) 435 & 443 E. Procter Street(2-Story Commercial) "Remember we are here to serve the Citizens of Port Arthur" P. R. No. 19423 06/17/16 DTP RESOLUTION NO. A RESOLUTION AWARDING A CONTRACT TO INLAND ENVIRONMENTS, LTD. IN THE AMOUNT OF $163,877.00, AND AUTHORIZING THE EXECUTION OF A CONTRACT FOR ASBESTOS/LEAD ABATEMENT AND DEMOLITION OF TWO (2) DANGEROUS COMMERCIAL PROPERTIES LOCATED AT 424-436 E.PROCTER STREET AND 435 & 443 E.PROCTER STREET,TO BE CHARGED TO ACCOUNT NO. 145-1201-532.59-00, Project#I22WP. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT the City Council of the City of Port Arthur hereby awards a contract for asbestos/lead abatement and demolition of two(2)dangerous commercial properties in the City of Port Arthur,to the best and lowest responsible bidder to-wit: Inland Environments, Ltd., as delineated in Exhibit"A"; and, THAT the City Manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City of Port Arthur an agreement between the City of Port Arthur and Inland Environments, Ltd., for the contract price of$163,877.00 (a copy of said contract is attached hereto as Exhibit"B"); and, THAT since Inland Environments, Ltd. may be awarded-more than one group, the company must successfully and timely complete one group before a new group is started; and, THAT said contract is a duplicate of the standard form Contract previously approved by the City's Legal Department except for the changes shown on the Certificate of Standard Form Contract, a copy of which is attached hereto and is hereby incorporated by reference as Exhibit"C",and said changes are hereby approved; and, THAT a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED,AND APPROVED this the 28th day of June,A.D.,2016,at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following vote: 3 P. R. No. 19423 06/17/16 DTP AYES: MAYOR: Councilmembers: NOES: MAYOR ATTEST: APPROVED AS TO FORM: AP./ _wmp- __ CITY SECRETARY CITY ATTO' 1 Y A I APPROVED FOR ADMINISTRATION: Ad CITY MANAGER ` ING DIRECT, rDE OMPLIANCE APPROVED AS TO AVAILABILITY OF FUNDS: APPROVED FOR PURCHASING: VANAll 6&ECTOR OF FINANCE PUR ASING MANAGER 4 d Ill6,• CITY OF PORT ARTHUR TEXAS . Nil,-.1.4: �, Bid Tabulation 11rnrt rtGut ^ T" Asbestos Abatement & Demolition of 3 Commercial Properties • Bid Opening Date: June 15,2016 Inland Environments - _ e. Ltd. AAR Incorporated Description Days to Days to Item# Complete Cost Complete Cost 424-436 E.Procter Street `� 1 (2-Story Commercial) 10 - $42,880.00 r- 15 $107,800.00 435&443 E.Procter Street X 2 (2-Story Commercial) 20 $120,997.00 23 $158,750.00 W 444 E.Procter Street 3 (2-Story Commercial) 5 $16,880.00 4 $15,300.00 Total 35 $180,757.00 42 $281,850.00 Location Kingwood,TX Houston,TX The total number of days to complete the entire project is using more than one crew 40 l14 tuegi#4,,,,. Clifton Williams, CPPB,Acting Purchasing Manager Date EXHIBIT "B" • EXHIBIT"B" CITY OF PORT ARTHUR, TEXAS STANDARD FORM OF AGREEMENT THIS AGREEMENT made this 28th day of July in the year 2016, by and between the City of Port Arthur, a legal entity organized and existing in the State of Texas, hereinafter designated as the Owner, and Inland Environments, Ltd., hereinafter designated as the Contractor. The Owner and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1. THE WORK The Contractor shall complete the Work as specified or indicated under the demolition and asbestos specifications of the Owner's Contract Documents entitled: ASBESTOS/LEAD ABATEMENT/DEMOLITION OF COMMERCIAL BUILDINGS(2) 424-436 E. Procter Street(2-Story Commercial) 435 & 443 E. Procter Street (2-Story Commercial) The Work is generally described as follows: Asbestos/Lead Abatement and Demolition ARTICLE 2. TIME OF COMMENCEMENT OF COMPLETION The Work to be performed under this Contract shall be commenced on the date specified by the Owner in the Notice to Proceed and the Work shall be fully completed within thirty (30) working days after the date of commencement of the Work. The Owner and the Contractor recognize that time is of the essence of this Agreement and that the Owner will suffer financial loss if the Work is not completed within the time specified in this Article 2, herein, plus any extensions thereof allowed by the City. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Owner and the Contractor agree that as liquidated damages for delay (but not as a penalty) the Contractor shall pay the Owner the sum of $100.00 for each calendar day that expires after the time specified in this Article 2, herein. ARTICLE 3. CONTRACT PRICE The Owner shall pay the Contractor for the completion of the Work in accordance with the Contract Documents in current funds the Contract Price(s), One hundred sixty-three thousand, eight hundred seventy-seven dollars and no cents ($163,877.00). ARTICLE 4. THE CONTRACT DOCUMENTS The Contract Documents also consist of: this Agreement, Asbestos or Technical Specifications, Demolition, and all Change Orders and Work Directive Changes which may be issued subsequent to the Effective Date of the Agreement and are not attached hereto. ARTICLE 5. PAYMENT PROCEDURES Payment will be made in full when all of the work is completed and approved by City staff with provision for damages in accordance with Article 2 of this Agreement. 1 EXHIBIT"B" ARTICLE 6.NOTICES Whenever any provision of the Contract Documents requires the giving of written Notice, it shall be deemed to have been validly given if delivered in person'to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7. MISCELLANEOUS The contractor shall comply with State law as to licensing on asbestos abatement and disposal. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The Owner and the Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the Owner and the Contractor have caused this Agreement to be executed the day and year first written above. CITY OF PORT ARTHUR: INLAND ENVIRONMENTS,LTD. Signature By: By: Brian McDougal Printed Name/Title City Manager Attest: Attest: Date: ' Date: *Demolition Specifications are made a part of and attached hereto. *Asbestos or Technical Specifications that have been prepared by Total Safety U. S., Inc. are made a part of and attached hereto. 2 =Enemy City of /'; City 0111\\ 11 4 ort rthuL Texas BID AND CONTRACT DOCUMENTS FOR ASBESTOS ABATEMENT & DEMOLITION OF 3 COMMERCIAL PROPERTIES BID DUE: JUNE 15, 2016 GLO Contract# 13-339-000-7653/DRS220148 This project funded by Texas General Land Office for disaster recovery Funds allocated by U. S.Dept. of HUD through CDBG PQ,-c ENT0 . 04' c,0RAL C�9 gI,iIIII NX AM Z , 'n Ii 1� , , Isi G �Q Fsr gib 96''N DEVON' 1eLISHED _. 5-6 l Env) L4: Table of Contents I. Invitation to Bid • II. Mandatory Pre-Bid Conference III. Bid Info IV. Specifications V. Bid Proposal Page VI. Remit to Page VII. Affidavit Page VIII. Conflict of Interest IX. General Conditions X. Signage Requirement XI. Advertisement for Bids XII. Standard Form of Agreement XIII. Federal Labor Standards Provisions XIV. Contractor's Local Opportunity Plan XV. Statement of Bidder's Qualifications XVI. Contractor Certifications XVII. Policy of Non Discrimination on the Basis Disability XVIII. Contractor's Certification Concerning Labor Standards and Prevailing Wage Requirements XIX. Non Collusion Affidavit XX. Bid Bond XXI. Payment Bond XXII. Performance Bond XXIII. Attorney's Review Certification XXIV. Title 29-Labor Section 3 XXV. Certification of Bidder Regarding Section 3 and Segregated Facilities Form .�QO',illi DELORIS"BOBBIE"PRINCE,MAYOR Lna, BRIAN MCDOUGAL KAPRINA RICHARDSON FRANK,MAYOR PRO TEM City of Gt' CITY MANAGER COUNCIL MEMBERS: ! t SHERRI BELLARD,TRMC RAYMOND SCOTT,JR CITY SECRETARY 111414 ANY HAMILTON Ort rl h u r MORRIS ALBRIGHTTc xas VAL TIZENO KEITH RICHARD CITY ATTORNEY WILLIE"BAE"LEWIS,JR OSMAN SWATI CHARLOTTE MOSES JUNE 2,2016 INVITATION TO BID ASBESTOS/LEAD ABATEMENT &DEMOLITION OF 3 COMMERCIAL PROPERTIES DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, June 15, 2016. (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday,June 15,2016 in the City Council Chambers, City Hall, 5th Floor,Port Arthur, TX. You are invited to attend. • MARK ENVELOPE:P16-036 DELIVERY ADDRESS: Please submit one(1) original and one(1)copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR,TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Acting Purchasing Manager P.O. Box 1089 Port Arthur,TX 77641 • clifton.williams(a,portarthurtx.gov s • • Purchasing Division/Finance Departments Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 4th Street I Port Arthur,Texas 776411 409.983.8160 (Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope,with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Clifton Williams, CPPB Acting Purchasing Manager MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Asbestos Abatement&Demolition of Three(3) Commercial Properties will be held on Tuesday,June 7,2016 at 9:30 a.m.in the 5th Floor Council Chambers located at 444 4th Street, Port Arthur.Texas. The purpose of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager,if necessary,will issue an addendum(s)to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. INVITATION TO BID ASBESTOS ABATEMENT&DEMOLITION OFTHREE(3)COMMERCIAL PROPERTIES (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: • City, State, Zip Code: Date: mom mom•. TOTAL SAFETY Building HEROES. Protecting HEROES. May 17, 2016 Project No. 5622716 Project: Vacant Buildings 424-436 E. Procter Street Port Arthur, Texas NESHAP Demolition Project Technical Specifications BY: ✓ s., .. ..,9- 4.1•34 Daniel R.Ward DSHS CONSULTANT LICENSE NO. 10-5479 Expiration Date: 5/11/18 INTRODUCTION AND SCOPE This project will include the proper removal, transportation and disposal of "left-in-place" asbestos containing materials at the vacant buildings located at 424-436 E. Procter Street in Port Arthur, Texas in accordance with all applicable federal, state and local regulations. The contractor shall properly transport and dispose the asbestos containing material as "Regulated Asbestos-Containing Material (RACM)". Materials shall be kept wet at all times and work area shall be demarcated. Workers involved with the removal of asbestos material shall be EPA NESHAP trained and shall wear appropriate PPE at all times. Any abatement activities will follow all applicable rules and regulations, including EPA NESHAP and OSHA regulations. Buildings located on adjacent properties shall be left intact and in a safe condition. 424-436 E. Procter Street 1 Port Arthur,TX A,Alw NESHAP Demolition Specifications ! det DSHS License No. 10-5479 Consultant: Total Safety U.S.,Inc. May 2016 ASBESTOS REMOVAL PART 1 -GENERAL 1.01 PERSONNEL PROTECTION A. The Category I non-friable ACM wastes and Category II non-friable ACM wastes that do not become crumbled, pulverized, or reduced to powder do not have to be sealed in leak-tight containers or wrapping but may be transported and disposed of in bulk. As an added precaution, the contractor shall maintain a tarpaulin-type cover over the container during transport. B. Prior to commencement of work, all workers shall be instructed by the Contractor, and shall be knowledgeable in the appropriate procedures for personnel protection and asbestos removal. C. Contractor acknowledges and agrees that he is solely responsible for enforcing worker protection requirements at least equal to those specified in this Section. D. Contractor shall provide workers with respiratory equipment approved by NIOSH and OSHA for the type of work being performed. Each worker shall be able to show, upon request, dated proof of fit testing performed by qualified personnel for the respirator being used. E. Where respirators with disposable filters are used, provide sufficient filters for replacement as necessary by the workers, or as required by applicable regulations. F. Provide respiratory protection as needed from the time of the first operation involving contact with asbestos-containing materials. Provide respiratory protection until the acceptance of final air test results (if applicable) by Consultant: 1. Provide a minimum of half-face dual cartridge respirators for workers during preparation phases of the work, providing no disturbance of the asbestos-containing material occurs. G. Contractor shall be solely responsible for scheduling necessary air sampling by an independent testing laboratory for compliance of his respiratory protection with OSHA regulations. Contractor shall pay for all costs associated with such testing. • 1. Personnel exposure samples collected by or for the Contractor shall be analyzed in accordance with the OSHA reference method (ORM) as detailed in 29 CFR 1926.1101, Appendix A. 2. Ensure that personnel monitoring strategy employed will result in suitable samples for analysis. 424-436 E.Procter Street 2 Port Arthur,TX NESHAP Demolition Specifications DSHS License No. 10-5479 Consultant: `� • Total Safety U.S., Inc. May 2016 3. Arrange for analysis of personnel monitoring samples such that results of analysis are received no later than forty-eight hours following sample collection. 4. Post the results of personnel exposure monitoring at job-site, upon receipt from laboratory. H. Permit no visitors, except for governmental inspectors having jurisdiction, in the work areas after commencement of asbestos disturbance or removal. Provide authorized visitors with suitable respirators and protective equipment. I. Provide workers with sufficient sets of protective disposable clothing, consisting of full body coveralls, head covers, gloves, and foot covers, of sizes to properly fit individual workers. J. Provide workers with rubber boots, hard hats, eye protection, hearing protection, and other protective equipment as needed. K. Leave reusable equipment, apparel and protection devices (excluding respirators) in the contaminated equipment room until the end of the asbestos abatement work, at which time such items shall be disposed of as contaminated waste or decontaminated for reuse. L. Provide authorized visitors with suitable protective disposable clothing, respiratory protection (including suitable replacement filters), headgear, eye protection, footwear and other protective equipment of sizes to properly fit visitors whenever they enter the work area. 1.02 ASBESTOS WASTE LOG A. Contractor shall maintain an asbestos waste log to be completed as asbestos- containing waste is removed from the work areas for transport and disposal. B. Asbestos waste log shall indicate date; description of waste included; number, size and type of waste containers, as applicable, removed from work areas; time of day; and signature of recorder. 1.03 TRAINING PROGRAM A. Provide a training program to instruct personnel on proper respirator use, hazards of asbestos exposure and OSHA asbestos regulations in accordance with the requirements of the model accreditation program (MAP) established by the EPA in Appendix C to 40 CFR 763(E). B. The Contractor shall provide a training program as often as necessary to train all employees to be utilized on the project. No worker shall be utilized on any portion of the Work until training documentation has been reviewed and accepted by the Consultant or Project Manager. 424-436 E.Procter Street 3 Port Arthur,TX NESHAP Demolition Specifications 4/A DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 1.04 GENERAL—ALL JOBS A. Contractor's Asbestos Abatement Supervisors shall remain on the job site and in immediate contact with those under their supervision during all periods of asbestos activity. B. All licensed supervisors are responsible for respirator fit testing, personal protection of the workers, safety, security and control of access at the job site. C. Supervisors shall also require that operations at the asbestos job site cease whenever hazardous or unlawful situations are detected, so as to effect a remedy. D. Contractor's employees shall be fully clothed at all times (shirt, pants and shoes). Sandals or other open toe shoes shall not be allowed. E. The contractor is responsible for meeting all federal, state, and local laws and regulation, including but not limited to OSHA and EPA requirements. The contractor is responsible for his own OSHA air monitoring. A third party • consultant hired by the District will provide on-site monitoring. F. Warning Labels and Signs —Shall be as required by OSHA 29 CFR 1926.1101 and posted in both English and Spanish. 1.05 TOOLS AND EQUIPMENT A. Provide suitable tools for asbestos-containing material removal. 1. Water sprayers — Utilize airless or other low-pressure sprayers for amended water application. Pressure washers or sprayers may not be used. 2. Scaffolding and ladders — shall be as required to accomplish the specified work and shall meet applicable safety regulations. 3. Transportation — As required for loading, temporary storage, transit and unloading of contaminated waste without exposure to persons or property. 1.06 REMOVAL OF ASBESTOS-CONTAINING MATERIAL AND DEBRIS A. Remove and properly dispose of all asbestos-containing materials indicated to be removed by the Contract Documents in accordance with federal, state, and local laws and regulations or as more stringently specified herein. 424-436 E.Procter Street 4 Port Arthur,TX NESHAP Demolition Specifications �°* "te4/441 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 B. Preparation. 1. Restrict access to exterior grounds immediately adjacent to work areas by barrier tape or similar means. 2. Place appropriate warning signs in English and Spanish. 3. Thoroughly wet asbestos-containing materials and debris to be removed prior to stripping or tooling to reduce fiber dispersal into the air. Saturate material sufficiently to wet to 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. 4. Provide general clean-up of work areas concurrent with the removal of all asbestos-containing materials and debris. Do not permit accumulation of debris. 5. After removal of asbestos-containing materials and debris, all surfaces in the work area shall be wet-cleaned to remove residual accumulated material. Continue wet cleaning until all surfaces are free of visible dust, dirt and debris. 1.07 CLEAN UP AND CLEARANCE TESTING A. Provide general clean-up of work areas concurrent with the removal activities. Do not permit accumulation of debris on work area. 1.08 DISPOSAL OF ASBESTOS-CONTAMINATED WASTE A. All asbestos abatement waste shall be transported to and disposed of at approved landfills. B. Removed debris, used cleaning tools, towels, protective suits, used plastic sheeting and spray-applied plastic sheeting shall be treated as asbestos- containing waste materials. C. Remove sealed and labeled containers of asbestos-containing material and waste and transport them for disposal to the specified landfill as follows. 1. Notify the Consultant or Project Manager prior to removing each trailer or other waste transport from the project site. 2. Asbestos-containing waste material shall be treated, packaged, labeled, transported, and disposed of in accordance with 29 CFR 1926.1101 (OSHA), 40 CFR 61.150(EPA) and 49 CFR 107 et al., (DOT). 3. Asbestos waste transport shall be limited to approved routes for transport of asbestos materials. Ensure that there are no visible emissions to the outside air from site where materials and waste are deposited. 424-436 E.Procter Street 5 Port Arthur,TX , NESHAP Demolition Specifications ,F 1", DSHS License No. 10-5479 Consultant: '" Total Safety U.S.,Inc. May 2016 4. Notify the Consultant or Project Manager immediately of any spill or similar incident involving the transport and disposal of asbestos wastes. 1.09 FIELD QUALITY CONTROL A. The Consultant or Project Manager shall conduct area air monitoring during the project. • 1. All phase contrast microscopy (PCM) area air samples collected by the Consultant or Project Manager will be analyzed in general accordance with the procedures outlined in the National Institute for Occupational Safety and Health (NIOSH) 7400 Method and also will follow guidelines issued by EPA regarding detection limits B. Visual observations will be made by the Consultant or Project Manager after final clean-up and de-mobilization to determine the presence of visible dust, dirt, debris and abatement refuse indicative of improper cleaning and decontamination procedures. • 424-436 E.Procter Street 6 Port Arthur,TX NESHAP Demolition Specifications /1,414j DSHS License No. 10-5479 Consultant: Mar •■ TOTAL SAFETY Building HEROES. Protecting HEROES. Project: Vacant Building 435 E. Procter Street Port Arthur,Texas Asbestos Abatement/Demolition Project Technical Specifications BY: 4.1„:2, Daniel R.Ward DSHS CONSULTANT LICENSE NO. 10-5479 Expiration Date: 5/11/18 INTRODUCTION AND SCOPE This asbestos abatement project will include the proper removal, transportation and disposal of approximately 3,600 square feet of asbestos-containing floor tile/mastic material on the 1st floor; approximately 50 square feet of floor tile/mastic material on the 2"d floor; and HVAC duct mastic on the 3'd floor prior to demolition at the vacant building located at 435 E. Procter Street in Port Arthur,Texas. In addition, this project will include the proper removal, transportation and disposal of "left- in-place" asbestos containing roofing material and window caulking in accordance with all applicable federal, state and local regulations. The contractor shall properly transport and dispose of the asbestos containing roofing material as "Exterior Category I non-friable" and properly transport and dispose of the asbestos containing window caulking material as "Exterior Category II non-friable". All asbestos containing materials shall be properly disposed of as non-friable asbestos debris. Materials shall be kept wet at all times and work area shall be demarcated. Workers involved with the removal of asbestos materials shall be EPA NESHAP trained and shall wear appropriate PPE at all times. Any abatement activities will follow all applicable rules and regulations, including EPA NESHAP and OSHA regulations. Contractor shall submit the EPA required 10 day notification prior to beginning work. 435 E. Procter Street 1 Port Arthur,TX Asbestos Abatement/Demolition Specifications 011441411 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 The above named licensed consultant hereby authorizes the Project Managers, Mr. Andy Lee, Ms. Christy Smith, Mr. Jordan Bennett, Mr. Gerald Hebert, Ms. Jennifer Pierre, and/or Mr. Robert Hanks, (DSHS-Licensed Project Managers) to perform the necessary visual inspections as required by DSHS. No asbestos related activities shall occur when a DSHS-Licensed Project Managers/Consultant is not on site. ASBESTOS REMOVAL PART 1 -GENERAL 1.01 PERSONNEL PROTECTION A. Prior to commencement of work, all workers shall be instructed by the Contractor, and shall be knowledgeable in the appropriate procedures for personnel protection and asbestos removal. B. Contractor acknowledges and agrees that he is solely responsible for enforcing worker protection requirements at least equal to those specified in this Section. C. Contractor shall provide workers with respiratory equipment approved by NIOSH and OSHA for the type of work being performed. Each worker shall be able to show, upon request, dated proof of fit testing performed by qualified personnel for the respirator being used, a current "Physician's Written Statement", and accreditation certificates. D. Where respirators with disposable filters are used, provide sufficient filters for replacement as necessary by the workers,or as required by applicable regulations. E. Provide respiratory protection as needed from the time of the first operation involving contact with asbestos-containing materials. Provide respiratory protection until the acceptance of final air test results by Owner's Representative and the completion of containment removal: 1. Provide a minimum of half-face dual cartridge respirators for workers during preparation phases of the work, providing no disturbance of the asbestos- containing material occurs. • 2. Provide a minimum of half-face dual cartridge respirators for workers during preparation phases of glove bag-type pipe insulation removal, window/louver unit removal, floor tile and mastic removal, fire door removal, fan-coil unit removal, and exterior caulking/sealant removal, except where these operations are performed in work areas concurrently with abatement activities requiring higher levels of respiratory protection as noted below. 3. Provide a minimum of half-face dual cartridge respirators for workers during all phases of handling and disposal of containerized asbestos-containing waste materials. 435 E. Procter Street 2 Port Arthur,TX Asbestos Abatement/Demolition Specifications 44 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 4. Provide workers applying spray-applied plastic sheeting with stackable HEPA/ammonia cartridges as applicable. 5. Provide workers using solvents with stackable HEPA/organic vapor cartridges as applicable. 6. Provide a minimum of half-face dual cartridge respirators for workers during all phases of containment removal. F. Contractor shall be solely responsible for scheduling necessary air sampling by an independent testing laboratory for compliance of his respiratory protection with OSHA regulations. Contractor shall pay for all costs associated with such testing. 1. Personnel exposure samples collected by or for the Contractor shall be analyzed in accordance with the OSHA reference method (ORM) as detailed in 29 CFR 1926.1101,Appendix A. 2. Personnel exposure samples collected by or for the Contractor shall represent eight-hour time weighted average (TWA) and short-term excursion limit exposures for all activities within the contaminated work areas. 3. Ensure that personnel monitoring strategy employed will result in suitable samples for analysis. 4. Arrange for analysis of personnel monitoring samples such that results of analysis are received no later than forty-eight hour 5. Post the results of personnel exposure monitoring at job-site, upon receipt from laboratory. G. Permit no visitors, except for governmental inspectors having jurisdiction, in the work areas after commencement of asbestos disturbance or removal. Provide authorized visitors with suitable respirators and protective equipment. H. Provide workers with sufficient sets of protective disposable clothing, consisting of full body coveralls, head covers, gloves, and foot covers, of sizes to properly fit individual workers. I. Provide workers with rubber boots, hard hats, eye protection, hearing protection, and other protective equipment as needed. J. Leave reusable equipment, apparel and protection devices (excluding respirators) in the contaminated equipment room until the end of the asbestos abatement work, at which time such items shall be disposed of as contaminated waste or decontaminated for reuse. K. Provide authorized visitors with suitable protective disposable clothing, respiratory protection (including suitable replacement filters), headgear, eye protection, footwear and other protective equipment of sizes to properly fit visitors whenever they enter the work area. 435 E. Procter Street 3 Port Arthur,TX Asbestos Abatement/Demolition Specifications 1"4474) DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 1.02 SIGN-IN/OUT LOG A. Contractor shall maintain a sign-in/out log in the immediate vicinity of the clean room of the personnel decontamination units. Maintain sign-in/out logs from the time the first activity is performed until acceptance of the final air test results by the Consultant or Project Manager. Require each individual entering the work areas, including the Contractor's workers, Consultant, Project Manager, and government officials to sign in and out each time upon entering and leaving the work areas. B. Sign-in/out log shall indicate date, printed or typed name, signature, social security number, company or agency represented, and time entering and leaving the work areas. 1.03 ASBESTOS WASTE LOG A. Contractor shall maintain an asbestos waste log to be completed as asbestos- containing waste is removed from the work areas for transport and disposal. B. Asbestos waste log shall indicate date; description of waste included; number, size and type of waste containers, as applicable, removed from work areas; time of day; and signature of recorder. 1.04 TRAINING PROGRAM A. Provide a training program to instruct personnel on proper respirator use, hazards of asbestos exposure and OSHA asbestos regulations in accordance with the requirements of the model accreditation program (MAP) established by the EPA in Appendix C to 40 CFR 763(E). B. The Contractor shall provide a training program as often as necessary to train all employees to be utilized on the project. No worker shall be utilized on any portion of the Work until training documentation has been reviewed and accepted by the Consultant or Project Manager. 1.05 SEGREGATION OF WORK AREAS A. Contractor shall construct a critical barrier of at least two layers of six-mil plastic sheeting, individually applied, to separate the contained work areas from surrounding areas. Use clear plastic sheeting for critical barriers segregating areas within the work areas. Black plastic sheeting shall be used for the decontamination units and visual barriers. B. Contractor shall post warning signs as required by the Texas Department of State Health Services (DSHS) and 29 CFR 1926.1101, in both English and Spanish, at all entrances to the work areas and on the outside of critical barriers. 1.06 REDUCED AIR PRESSURE 435 E. Procter Street 4 AsArthur,TX Asbestos Abatement/Demolition Specifications 4f "t4/0714 DSHS License No. 10-5479 Consultant: Total Safety U.S.,Inc. May 2016 A. Contractor shall maintain a reduced air pressure within the contained work areas of at least 0.02 inches water gauge. Contractor shall maintain continuous measurement of reduced air pressure maintained in work areas. B. Maintain reduced air pressure, and continuous measurement of such, from the time work area preparations are complete until the acceptance of final air test results by the Consultant or Project Manager. C. Air filtration systems employed to provide reduced air pressure shall provide at least four air changes per hour within the work areas and be exhausted outside the building. 1.07 GENERAL—ALL JOBS A. Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of materials to the areas indicated. If additional storage is necessary obtain and pay for such storage off site. B. Contractor's Asbestos Abatement Supervisors shall remain on the job site and in immediate contact with those under their supervision during all periods of asbestos abatement activity. C. During any period of actual abatement of asbestos, an abatement supervisor shall be stationed within the containment area at least 25% of the time for the purpose of supervising the progress of the abatement work. D. All licensed supervisors are responsible for respirator fit testing, personal protection of the workers, safety, security and control of access at the job site. E. Supervisors shall also require that operations at the asbestos job site cease whenever hazardous or unlawful situations are detected, so as to effect a remedy. F. Contractor's employees shall be fully clothed at all times (shirt, pants and shoes). Sandals or other open toe shoes shall not be allowed. G. The Owner will specify locations for water and electrical hook up at the time of mobilization. H. Contractor's employees shall be restricted to the immediate work area at all times. I. Contractor's dumpster for disposal of asbestos waste must be kept locked. Location of the dumpster must be coordinated with the Owner. J. Fire Safety. At least one fire extinguisher with a minimum National Fire Protection Association rating of 10BC (dry chemical) shall be placed for every 3,000 square feet,or fraction, of containment area. K. Electrical Safety. Ground-fault circuit interrupter(GFCI) units shall be installed on - all electrical circuits used within the regulated and containment areas. 435 E. Procter Street 5 Port Arthur,TX Asbestos Abatement/Demolition Specifications ✓,.T 00,4424) DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 1. All phase contrast microscopy (PCM) area air samples collected by the Consultant or Project Manager will be analyzed in general accordance with the procedures outlined in the National Institute for Occupational Safety and Health (NIOSH) 7400 Method and also will follow guidelines issued by EPA regarding detection limits. Owner and Consultant reserve the right to analyze air samples by transmission electron microscopy(TEM). 2. Background prevalent level air samples, collected on media for analysis by phase contrast microscopy, will be obtained from representative areas immediately prior to the start of the project and will be analyzed. 3. Background prevalent level air samples, collected on media for analysis by transmission electron microscopy, will, when deemed necessary by the Consultant, be obtained from representative areas immediately prior to the start of the project and will be held for future analysis at the discretion of the Consultant. 4. Area air samples will be collected both inside and outside of work areas. The Contractor is cautioned, however, that should interpretations be made, opinions be formed and conclusions be drawn as a result of examining the test results, these interpretations, opinions and conclusions will be those made,formed and drawn solely by the Contractor. 5. All samples must meet specified clearance levels for the area being tested to be considered clean. Results of PCM air sample analysis shall be reported as the 95 percent upper confidence limit(UCL). a. Final clearance air samples will be of at least 1250 liters of air, collected at a flow rate of at least 0.5 to less than 16 liters per minute on 0.8 micron MCE filters in conducting cassettes with extension cowls. B. Contractor shall wet-clean and HEPA-vacuum areas outside the contained work areas in which elevated airborne fiber concentrations are detected. Indicated airborne fiber concentrations above 0.01 f/cc, or ambient prevalent levels, will be considered elevated airborne fiber concentrations. C. Visual observations will be made by the Consultant or Project Manager after final clean-up and de-mobilization to determine the presence of visible dust, dirt, debris and abatement refuse indicative of improper cleaning and decontamination procedures. PART 3- REMOVAL OF ASBESTOS-CONTAINING MATERIALS-SPECIFIC SMALL CONTAINMENT and SPOT SCRAPE PROCEDURES For spot scrapes, a "rolling scaffold" shall be used to access the deck spot scrape areas. The scaffold shall be contained using two layers of 4-mil poly, completely enclosing the immediate work area, except at the uppermost perimeter of the scaffold near the deck. A 2" space shall be created around the top perimeter of the scaffold containment in order to 1) allow make-up air into the , 435 E. Procter Street 15 Port Arthur,TX Asbestos Abatement/Demolition Specifications /14/k DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 containment and 2) not disturb the asbestos-containing spray-on material located on the deck. Units with NEPA filtration shall be used to provide a negative pressure of at least 0.02 inches of water column differential between the containment and outside, as measured by manometric measurements, and a minimum of four containment air changes per hour. GLOVE-BAG REMOVAL PROCEDURES A. Glove-bag removal of thermal insulation materials. Glove-bag removal of thermal insulation materials may be employed at Contractor's option. 1. Prepare work areas as previously specified. 2. Perform glove-bag removal as follows: a. Place one layer of duct tape around pipe insulation at points where glove-bag will be attached. b. Place tools in bag. Attach, and use glove-bag in accordance with manufacturer's instructions, unless more stringently specified herein. c. Insert sprayer wand through water sleeve. Seal water sleeve tightly around the wand to prevent leakage. • d. Use smoke tube and aspirator bulb to test seal. Gently squeeze glove-bag and look for smoke leaks. Seal leaks and retest. e. Wet the asbestos-containing material within the glove-bag with amended water prior to removal. Utilize a minimum of two asbestos workers per glove-bag. f. Carefully cut and remove asbestos-containing materials within the glove-bag. Exercise care to avoid cutting bag while cutting asbestos- containing materials from piping. g. Thoroughly wet removed material, bag and piping with amended water. Scrub exposed piping with a bristle or nylon brush. Remove visual accumulations of debris from piping. Allow mist to settle. h. After removing asbestos-containing material, wet clean all surfaces to remove residual accumulated material. Continue wet-cleaning until surface is free of visible material. i. Seal exposed piping and glove-bag sides with encapsulant. j. Remove tools through gloves or tool pouch by inverting, twisting glove,taping at twist to seal, and severing glove at midpoint of tape. k. Collapse glove-bag by inserting HEPA-vacuum. Twist bag several times at the top of bag. Twist and tie to secure. 435 E. Procter Street 16 Port Arthur,TX ,����� Asbestos Abatement/Demolition Specifications t! '�!!'`.. AA DSHS License No. 10-5479 Consultant: `' ' Total Safety U.S., Inc. • May 2016 I. Place appropriately labeled 6-mil bags around glove-bag. Score glove-bag above taped seal to remove from pipe and place inside E- mil bag. Seal 6-mil bag around disassembled glove-bag. NON-ACM CEILING TILE DECONTAMINATION PROCEDURES 1. The contractor shall apply one layer of 6-mil plastic on the floor in the immediate work area. In addition, the contractor shall construct a barrier to hide asbestos activities from tenants and other work crafts. 2. The contractor shall use a vacuum cleaner equipped with a High Efficiency Particulate Air (HEPA) filtration system to decontaminate the ceiling tile prior to removal and disposal. 3. The contractor will be allowed to wear 2 disposable suits inside the ceiling tile decontamination area in lieu of a decon facility. The worker shall HEPA vacuum the outer suit prior to leaving containment and then proceed to HEPA vacuum the remaining suit. 4. Personnel should wear as a minimum a half face respirator and disposable clothing during the decontamination activities. 5. After the consultant or Project Manager has approved the work area, ceiling tile decontamination may begin. 6. Prior to vacuuming the ceiling tile,wet the designated area. 7. The contractor shall use decontamination techniques, methods and equipment that shall not release fibers in concentration exceeding 0.01 fiber/cubic centimeter(f/cc). 8. Wet wipe and HEPA vacuum all debris from the ceiling tile grid and floors and dispose of it as asbestos waste. 9. The contractor will clean and wet wipe all plastic in the work area. After cleaning is complete, consultant will perform a visual inspection of the entire work area to insure all asbestos-contaminated materials have been removed. 10. The consultant or Project Manager shall perform clearance sampling of the work area. The final air clearance shall be less than 0.01 f/cc for all samples collected, as analyzed by Phase Contrast Microscopy(PCM). 0 11. After clearance is achieved, the contractor shall remove all asbestos-related materials and repair any damaged surfaces. WET SCRAPING RESIDUAL ADHESIVE 1. In the event asbestos-containing mastic is located directly beneath carpet, carpet shall be disposed of as asbestos-contaminated waste if asbestos-containing mastic bonds to back side of carpet during carpet removal. 2. Mastic may be removed by scraping or solvents. If solvents are used to remove floor mastic, critical barriers must be installed and units equipped with High Efficiency 435 E. Procter Street 17 Port Arthur,TX Asbestos Abatement/Demolition Specifications pe dti�Q DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 Particulate Air (HEPA) filtration, and in sufficient number to provide a negative pressure of at least 0.02 inches of water column differential between the containment and outside and a minimum of four air changes per hour, shall be operated continuously for the duration of the project. In addition, the solvent shall comply with the following requirements: • Flash Point(open or closed cup)> 140 deg F • Auto Ignition Temperature>600 deg F • No Noxious Odor • pH Neutral • Aromatic Vapors < 100 PPM • Will not react with water 3. Use respirator cartridges capable of filtering fumes if any solvents are used for mastic removal. 4. For scraping, start in the corner of the room farthest from the entrance door and moisten an area approximately 3' x 10' with water mixed with the specified liquid dishwashing detergent(1 oz. Specified liquid dishwashing detergent to one gallon of water) to aid in wetting the adhesive. Wet scrape with a stiff-bladed wall or floor scraper removing ridges and any loose adhesive. 5. Place loosened adhesive residues into a heavy-duty impermeable trash bag or other leak-tight container and seal with ties, tape or string and label "Caution-Contains Asbestos. Avoid opening or breading container. Breathing asbestos is hazardous to your heath." Dispose in an approved landfill only. 6. Wet vacuum standing water with HEPA wet/dry vacuum. 7. Continue steps (1)through (3) until what remains of the residual asphaltic"cut-back" adhesive is a smooth film. 8. As indicated in previous paragraphs, tiles should be placed immediately in a heavy- duty impermeable trash bag or closed leak-tight container. Do not attempt to break tiles further after they are in the bag. 9. When all tiles and adhesive residue have been removed from the floor and placed in heavy-duty polyethylene bags at least 6 mils thick or closed containers, seal the bags securely for disposal and label: "Caution-Contains Asbestos. Avoid opening or breaking bag or container. Breathing asbestos may cause serious bodily harm." Dispose in an approved landfill only. 10. Vacuum up any dirt in the area using a vacuum equipped with a HEPA filter and metal floor attachment(no brush). 435 E. Procter Street 18 Port Arthur,TX Asbestos Abatement/Demolition Specifications • "t4414 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 11. After vacuuming, used HEPA filters and cleaner bags should be removed according to manufacturer's instructions and placed in a heavy-duty impermeable trash bag or a leak-tight container with a label stating"Caution-Contains Asbestos. Avoid opening • or breaking container. Breathing asbestos is hazardous to your health." Dispose in an approved landfill only. Close and seal the trash bags securely for disposal. REMOVAL OF FIREPROOFING 1. Prepare work area as previously specified. 2. Demolish interior ceiling finishes, fixtures, HVAC ducts, and plumbing, electrical and other systems as necessary to facilitate removal of asbestos-containing materials. At Contractor's option, dispose of such as asbestos-contaminated waste or, if applicable, de-contaminate and dispose of as non-contaminated construction debris. De-contamination of demolished materials will be subject to visual observation by the Consultant or Project Manager. The Consultant or Project Manager will observe the materials for the presence of visible dust, dirt and debris. Re-clean and continue to clean, materials with observed visible dust, dirt or debris, or dispose of such as asbestos-contaminated waste. 3. Thoroughly wet the asbestos-containing materials to be removed with amended water prior to handling, stripping or tooling to reduce fiber dispersal into the air. Accomplish wetting by a fine mist of amended water. Saturate materials sufficiently to wet to the substrate without causing excess dripping. Allow time for water to penetrate materials thoroughly. Spray materials repeatedly during the work process to maintain a continuously wet condition throughout progress of the removal work. 4. Remove the saturated asbestos-containing materials in small sections. Do not allow materials to dry out. As they are removed, double bag the materials in plastic bags of six-mil minimum thickness or place the materials in lined, sealable barrels, labeled with the appropriate wording per regulatory agencies having jurisdiction (EPA, OSHA, DOT). 5. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. 6. After removal of asbestos-containing materials, all surfaces in the work area shall be • wet-cleaned to remove residual accumulated materials. Continue wet-cleaning until all surfaces are free of visible dust and debris. REMOVAL OF FLOOR TILE AND MASTIC MATERIALS 1. Prepare work area as previously specified. 2. Thoroughly wet the asbestos-containing materials to be removed with amended water prior to handling, stripping or tooling to reduce fiber dispersal into the air. Accomplish wetting by a fine mist of amended water. Spray materials repeatedly during the work process to maintain a continuously wet condition throughout progress of the removal work. 435 E. Procter Street 19 Port Arthur,TX Asbestos Abatement/Demolition Specifications 41141414411 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 3. Remove the saturated asbestos-containing materials in small sections. Do not allow materials to dry out. As they are removed, double bag the materials in plastic bags of six-mil minimum thickness or place the materials in lined, sealable barrels, labeled with the appropriate wording per regulatory agencies having jurisdiction (EPA, OSHA, DOT). 4. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. 5. After removal of asbestos-containing materials, all surfaces in the work area shall be wet-cleaned to remove residual accumulated materials. Continue wet-cleaning until all surfaces are free of visible dust and debris. REMOVAL OF GYPSUM WALLBOARD AND JOINT COMPOUND MATERIALS 1. Prepare work area as previously specified. 2. Thoroughly wet the asbestos-containing materials to be removed with amended water prior to handling, stripping or tooling to reduce fiber dispersal into the air. Accomplish wetting by a fine mist of amended water. Spray materials repeatedly during the work process to maintain a continuously wet condition throughout progress of the removal work. 3. Remove the saturated asbestos-containing materials in small sections. Do not allow materials to dry out. As they are removed, double bag the materials in plastic bags of six-mil minimum thickness or place the materials in lined, sealable barrels, labeled with the appropriate wording per regulatory agencies having jurisdiction(EPA, OSHA, DOT). 4. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. 5. After removal of asbestos-containing materials, all surfaces in the work area shall be wet-cleaned to remove residual accumulated materials. Continue wet-cleaning until all surfaces are free of visible dust and debris. REMOVAL OF WINDOWS/LOUVERS AND FRAME CAULKING MATERIALS 1. Prepare areas as previously specified. • 2. Thoroughly wet the unit and frame caulking to be removed prior to stripping or tooling to reduce fiber dispersal into the air. Spray the materials repeatedly during removal to maintain a continuously wet condition. 3. Disconnect affected unit and remove intact from within the building. Remove residual caulking from exterior. Do not damage exterior of building. 4. At Contractor's option, removed frames may be disposed of as asbestos- contaminated waste or, if applicable, be de-contaminated and disposed of as non- contaminated construction debris or salvage. Decontamination of removed frames will be subject to visual observation by the Consultant or Project Manager. The 435 E. Procter Street 20 Port Arthur,TX Asbestos Abatement/Demolition Specifications DSHS License No. 10-5479 Consultant: "' Total Safety U.S., Inc. May 2016 Consultant or Project Manager will observe the frames for the presence of visible dust, dirt and debris. Re-clean and continue to clean, materials with observed visible dust, dirt or debris, or dispose of such as asbestos-contaminated waste. If disposed of as contaminated debris, double wrap the frames in plastic sheeting of six-mil minimum thickness, appropriately labeled. 5. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. REMOVAL OF EXTERIOR DOOR, SOFFIT, AND STAIRWELL CAULKING/SEALANT MATERIALS 1. Prepare areas as previously specified. 2. Thoroughly wet asbestos-containing caulking/sealants to be removed prior to stripping or tooling to reduce fiber dispersal into the air. Spray the materials repeatedly during removal to maintain a continuously wet condition. 3. Remove the saturated asbestos-containing materials in small sections. Do not allow materials to dry out. As they are removed, double bag the materials in plastic bags of six-mil minimum thickness or place the materials in lined, sealable barrels, labeled with the appropriate wording per regulatory agencies having jurisdiction(EPA, OSHA, DOT). 4. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. 5. After removal of asbestos-containing materials, all surfaces in the work area shall be wet-cleaned to remove residual accumulated materials. Continue wet-cleaning until all surfaces are free of visible dust and debris. REMOVAL OF FIRE-RATED DOORS 1. Prepare areas as previously specified. 2. Disconnect affected doors and remove intact. Doors shall be disconnected at frame hinge. Hinge plate on door shall not be disturbed. As they are removed, double wrap the doors in plastic sheeting of six-mil minimum thickness, appropriately labeled, and place in containers for transport. 3. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. REMOVAL OF CEILING MOUNTED FAN-COIL UNITS 1. Prepare areas as previously specified. 2. Disconnect affected unit and remove intact. As they are removed, double wrap the units in plastic sheeting of six-mil minimum thickness, appropriately labeled, and place in containers for transport. 435 E. Procter Street 21 Port Arthur,TX Asbestos Abatement/Demolition Specifications 4r ;;4 „.?4/441 DSHS License No. 10-5479 Consultant: Total Safety U.S.,Inc. May 2016 3. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. REMOVAL OF STEEL SINK 1. Prepare areas as previously specified. 2. Disconnect affected sink and remove intact. As it is removed, double wrap the sink in plastic sheeting of six-mil minimum thickness, appropriately labeled, and place in containers for transport. 3. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. • • 435 E. Procter Street 22 Port Arthur,TX Asbestos Abatement/Demolition Specifications ,/J DSHS License No. 10-5479 Consultant: ` ■ww��" TOTAL SAFETY Building HEROES. Protecting HEROES. May 19,2016 Project No. 5622923 Project: Vacant Building 443 E. Procter Street Port Arthur,Texas Asbestos Abatement/Demolition Project Technical Specifications BY: Daniel R.Ward DSHS CONSULTANT LICENSE NO. 10-5479 Expiration Date: 5/11/18 • INTRODUCTION AND SCOPE This asbestos abatement project will include the proper removal, transportation and disposal of approximately 1,600 square feet of asbestos-containing floor tile/mastic material at the front portion of the 1St floor prior to demolition at the vacant building located at 443 E. Procter Street in Port Arthur,Texas. In addition, this project will include the proper removal, transportation and disposal of "left- in-place" asbestos containing materials at the vacant building located at 443 E. Procter Street in Port Arthur, Texas in accordance with all applicable federal, state and local regulations. The contractor shall properly transport and dispose the asbestos containing material as "Regulated Asbestos-Containing Material (RACM)". Materials shall be kept wet at all times and work area shall be demarcated. Workers involved with the removal of asbestos materials shall be EPA NESHAP trained and shall wear appropriate PPE at all times. Any abatement activities will follow all applicable rules and regulations, including EPA NESHAP and OSHA regulations. Contractor shall submit the EPA required 10 day notification prior to beginning work. The above named licensed consultant hereby authorizes the Project Managers, Mr. Andy Lee, Ms. Christy Smith, Mr. Jordan Bennett, Mr. Gerald Hebert, Ms. Jennifer Pierre, and/or Mr. Robert Hanks, (DSHS-Licensed Project Managers) to perform the necessary visual inspections as.required by DSHS. 443 E. Procter Street 1 Port Arthur,TX ,� Asbestos Abatement/Demolition Specifications ✓ de,t 04/� DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 No asbestos related activities shall occur when a DSHS-Licensed Project Managers/Consultant is not on site. ASBESTOS REMOVAL PART 1 -GENERAL 1.01 PERSONNEL PROTECTION A. -Prior to commencement of work, all workers shall be instructed by the Contractor, and shall be knowledgeable in the appropriate procedures for personnel protection and asbestos removal. B. Contractor acknowledges and agrees that he is solely responsible for enforcing worker protection requirements at least equal to those specified in this Section. C. Contractor shall provide workers with respiratory equipment approved by NIOSH and OSHA for the type of work being performed. Each worker shall be able to show, upon request, dated proof of fit testing performed by qualified personnel for the respirator being used, a current "Physician's Written Statement", and accreditation certificates. D. Where respirators with disposable filters are used, provide sufficient filters for replacement as necessary by the workers, or as required by applicable regulations. E. Provide respiratory protection as needed from the time of the first operation involving contact with asbestos-containing materials. Provide respiratory protection until the acceptance of final air test results by Owner's Representative and the completion of containment removal: 1. Provide a minimum of half-face dual cartridge respirators for workers during preparation phases ofthe work, providing no disturbance of the asbestos- containing material occurs. 2. Provide a minimum of half-face dual cartridge respirators for workers during preparation phases of glove bag-type pipe insulation removal, window/louver unit removal, floor tile and mastic removal, fire door removal, fan-coil unit removal, and exterior caulking/sealant removal, except where these operations are performed in work areas concurrently with abatement activities requiring higher levels of respiratory protection as noted below. 3. Provide a minimum of half-face dual cartridge respirators for workers during all phases of handling and disposal of containerized asbestos-containing waste materials. 4. Provide workers applying spray-applied plastic sheeting with stackable HEPA/ammonia cartridges as applicable. 5. Provide workers using solvents with stackable HEPA/organic vapor cartridges as applicable. 443 E. Procter Street 2 Port Arthur,TX Asbestos Abatement/Demolition Specifications 0 "114/44 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 6. Provide a minimum of half-face dual cartridge respirators for workers during all phases of containment removal. F. Contractor shall be solely responsible for scheduling necessary air sampling by an independent testing laboratory for compliance of his respiratory protection with OSHA regulations. Contractor shall pay for all costs associated with such testing. 1. Personnel exposure samples collected by or for the Contractor shall be analyzed in accordance with the OSHA reference method (ORM) as detailed in 29 CFR 1926.1101,Appendix A. 2. Personnel exposure samples collected by or for the Contractor shall represent eight-hour time weighted average (TWA) and short-term excursion limit exposures for all activities within the contaminated work areas. 3. Ensure that personnel monitoring strategy employed will result in suitable samples for analysis. 4. Arrange for analysis of personnel monitoring samples such that results of analysis are received no later than forty-eight hour 5. Post the results of personnel exposure monitoring at job-site, upon receipt from laboratory. G. Permit no visitors, except for governmental inspectors having jurisdiction, in the work areas after commencement of asbestos disturbance or removal. Provide authorized visitors with suitable respirators and protective equipment. H. Provide workers with sufficient sets of protective disposable clothing, consisting of full body coveralls, head covers, gloves, and foot covers, of sizes to properly fit individual workers. I. Provide workers with rubber boots, hard hats, eye protection, hearing protection, and other protective equipment as needed. J. Leave reusable equipment, apparel and protection devices (excluding respirators) in the contaminated equipment room until the end of the asbestos abatement work, at which time such items shall be disposed of as contaminated waste or decontaminated for reuse. K. Provide authorized visitors with suitable protective disposable clothing, respiratory protection (including suitable replacement filters), headgear, eye protection, footwear and other protective equipment of sizes to properly fit visitors whenever they enter the work area. 1.02 SIGN-IN/OUT LOG A. Contractor shall maintain a sign-in/out log in the immediate vicinity of the clean room of the personnel decontamination units. Maintain sign-in/out logs from the time the first activity is performed until acceptance of the final air test results by the 443 E.Procter Street 3 Port Arthur,TX Asbestos Abatement/Demolition Specifications 01W DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 Consultant or Project Mahager. Require each individual entering the work areas, including the Contractor's workers, Consultant, Project Manager, and government officials to sign in and out each time upon entering and leaving the work areas. B. Sign-in/out log shall indicate date, printed or typed name, signature, social security number, company or agency represented, and time entering and leaving the work areas. 1.03 ASBESTOS WASTE LOG A. Contractor shall maintain an asbestos waste log to be completed as asbestos- containing waste is removed from the work areas for transport and disposal. B. Asbestos waste log shall indicate date; description of waste included; number, size and type of waste containers, as applicable, removed from work areas; time of day; and signature of recorder. 1.04 TRAINING PROGRAM A. Provide a training program to instruct personnel on proper respirator use, hazards of asbestos exposure and OSHA asbestos regulations in accordance with the requirements of the model accreditation program (MAP) established by the EPA in Appendix C to 40 CFR 763(E). B. The Contractor shall provide a training program as often as necessary to train all employees to be utilized on the project. No worker shall be utilized on any portion of the Work until training documentation has been reviewed and accepted by the Consultant or Project Manager. 1.05 SEGREGATION OF WORK AREAS A. Contractor shall construct a critical barrier of at least two layers of six-mil plastic sheeting, individually applied,to separate the contained work areas from surrounding areas. Use clear plastic sheeting for critical barriers segregating areas within the work areas. Black plastic sheeting shall be used for the decontamination units and visual barriers. B. Contractor shall post warning signs as required by the Texas Department of State ' Health Services (DSHS) and 29 CFR 1926.1101, in both English and Spanish, at all entrances to the work areas and on the outside of critical barriers. 1.06 REDUCED AIR PRESSURE A. Contractor shall maintain a reduced air pressure within the contained work areas of at least 0.02 inches water gauge. Contractor shall maintain continuous measurement of reduced air pressure maintained in work areas. B. Maintain reduced air pressure, and continuous measurement of such, from the time - work area preparations are complete until the acceptance of final air test results by the Consultant or Project Manager. 443 E. Procter Street 4 Port Arthur,TX Asbestos Abatement/Demolition Specifications 6,444/ 4 DSHS License No. 10-5479 Consultant: • Total Safety U.S., Inc. May 2016 C. Air filtration systems employed to provide reduced air pressure shall provide at least four air changes per hour within the work areas and be exhausted outside the building. 1.07 GENERAL—ALL JOBS A. Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of materials to the areas indicated. If additional storage is necessary obtain and pay for such storage off site. B. Contractor's Asbestos Abatement Supervisors shall remain on the job site and in immediate contact with those under their supervision during all periods of asbestos abatement activity. C. During any period of actual abatement of asbestos,an abatement supervisor shall be stationed within the containment area at least 25% of the time for the purpose of supervising the progress of the abatement work. D. All licensed supervisors are responsible for respirator fit testing, personal protection of the workers,safety, security and control of access at the job site. E. Supervisors shall also require that operations at the asbestos job site cease whenever hazardous or unlawful situations are detected, so as to effect a remedy. F. Contractor's employees shall be fully clothed at all times (shirt, pants and shoes). Sandals or other open toe shoes shall not be allowed. G. The Owner will specify locations for water and electrical hook up at the time of mobilization. H. Contractor's employees shall be restricted to the immediate work area at all times. I. Contractor's dumpster for disposal of asbestos waste must be kept locked. Location of the dumpster must be coordinated with the Owner. J. Fire Safety. At least one fire extinguisher with a minimum National Fire Protection Association rating of 10BC (dry chemical) shall be placed for every 3,000 square feet, or fraction, of containment area. K. Electrical Safety. Ground-fault circuit interrupter (GFCI) units shall be installed on all electrical circuits used within the regulated and containment areas. L. Air Monitorinq. Air monitoring shall include personal samples according to 40 CFR Part 763, Subpart G or 29 CFR §1926.1101, baseline sampling, area sampling, and clearance sampling according to §295.58(i). In a public building, a minimum of three baseline sample (minimum volume of 1250 liters) for analysis by PCM must be collected under normal building conditions prior to the disturbance of ACM as part of any abatement activity. Ambient air samples during the project must also be collected for analysis by PCM. All project activities shall be cleared by using aggressive air sampling. For all projects, samples may be collected and analyzed by 443 E. Procter Street 5 Port Arthur,TX Asbestos Abatement/Demolition Specifications i lew1 DSHS License No. 10-5479 Consultant: ' Total Safety U.S., Inc. May 2016 • NIOSH 7400 protocol, counting rules A, Phase-contrast Microscopy (PCM) as amended. Clearance samples shall be collected at a rate of at least 0.5 less than 16 • liters per minute on 0.8 micron MCE filters in conducting cassettes with extension cowls. Minimum sample volume will be 1,250 liters. Clearance will be achieved if no sample is reported greater than 0.01 f/cc by the analysis report from the licensed laboratory. Asbestos Hazard Emergency Response Act (AHERA) protocol will be used in schools. M. Contractor shall also meet the specific safety requirements mentioned in the pre- construction meeting. N. Contractor, transporter and disposal site shall meet the licensing and registration requirements of the Texas Department of State Health Service, Texas Asbestos Health Protection Rules. O. A licensed asbestos abatement contractor shall perform all work at night or times when tenants are not present in the work area. P. The contractor shall provide the Owner with a work plan including location of decontamination facilities, requirements for utilities, work location of negative air machines and other equipment, and a schedule of the work. Q. The contractor is responsible for meeting all federal, state, and local laws and regulation, including but not limited to OSHA, EPA, and DSHS requirements. The contractor is responsible for his own OSHA air monitoring. A third party consultant hired by the Owner will provide on-site and clearance monitoring. 1.08 DOCUMENTS A. The following documents shall be posted in a conspicuous spot at the entrance to the regulated area and must not be covered by any other documents: • The asbestos information poster issued by the DSHS; and • Copies of any violations issued by the federal or state asbestos-regulating authorities within the preceding 12 months from any asbestos project. Documents required to be on-site are as follows: • EPA"Green Book"for O&M work; • 40 CFR Part 61, Subpart M, titles "National Emissions Standards for Hazardous Air Pollutants (NESHAP), November 20, 1990; • 29 CFR 1926.1101, titles, "Occupational Exposure to Asbestos, Tremolite, Anthophyllite, October 11, 1994; • 29 CFR 1910.134, titled, "Occupational Health Standards for A Respiratory Protection Program", October 11, 1994; and • Texas Department of Health, Division of Occupational Health, Texas Asbestos Health Protection Rules, September 22, 1994. PART 2 - PRODUCTS 443 E.Procter Street 6 PortArthur,TX AsbbesstososAbatement/Demolition Abatement/Demolition Specifications "14/44/ DSHS License No.10-5479 Consultant: Total Safety U.S., Inc. May 2016 2.01 MATERIALS A. Plastic Sheeting - Shall be flame retardant, of the thickness and colors specified, in sizes to minimize the frequency of joints. Utilize reinforced plastic sheeting of specified thickness on floor areas as needed. B. Spray-applied plastic sheeting - Shall be applied in thickness specified and according to manufacturer's recommendation. C. Tape - Shall be glass fiber or other type capable of sealing joints of adjacent sheets of plastic and for attachment of plastic sheet to finished or unfinished surfaces under both dry and wet conditions. D. Spray-Adhesives—Spray adhesives shall not be used for exterior preparation work. Spray adhesive residue, if spray adhesives are used for interior preparation work, must be completely removed, subject to Owner's approval, at project completion. E. Surfactant (wetting agent)- shall consist of a mixture of"Dust-Set Amended Water Base" (Matheson Chemical Corporation), or approved equivalent, and water, mixed to manufacturer's specifications. F. Sealant (encapsulant) — Shall be manufactured by reputable, established manufacturer of encapsulant/sealant materials and be approved specifically for use in asbestos contaminated environments. It is the responsibility of the Contractor to determine compatibility of the sealant with the materials and existing conditions. G. Impermeable Containers — Shall be suitable to receive and retain any asbestos- containing or contaminated materials until disposal at an approved site and shall be labeled in accordance with applicable regulations. Containers shall be both air and water-tight. Two types of impermeable containers: 1. Metal, rigid plastic or fiber barrels with independent tightly fitting lids, lined with six-mil plastic sheeting or bags. 2. Appropriately labeled six-mil plastic bags sized to fit within the lined barrels. H. Warning Labels and Signs—Shall be as required by the Texas Department of State Health Services and OSHA 29 CFR 1926.1101 and posted in .both English and Spanish. I. Solvents — If used for flooring or other mastic removal, shall demonstrate a flash point of at least 140 degrees F., as appropriately determined, and must be approved by the Consultant or Project Manager prior to bringing it on-site. J. Other Materials — Provide all other materials, such as lumber, nails and hardware, which may be required to construct and dismantle the decontamination systems and the barriers that isolate the work areas. 2.02 TOOLS AND EQUIPMENT 443 E. Procter Street 7 Port Arthur,TX Asbestos Abatement/Demolition Specifications 44 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 A. Provide suitable tools for asbestos-containing material removal. 1. Water sprayers— Utilize airless or other low-pressure sprayers for amended water application. Pressure washers or sprayers may not be used. 2. Airless sprayer— Use airless sprayer of sufficient capacity to apply spray- applied plastic sheeting or encapsulant in accordance with manufacturer's recommendations. 3. Air purifying equipment (for internal recirculation in the work area) — Shall include HEPA filtration systems and insure that no internal air movement system or purification equipment exhausts contaminated air from inside the work area into uncontaminated areas. 4. Scaffolding and ladders — Shall be as required to accomplish the specified work and shall meet applicable safety regulations. 5. Temporary lighting—Shall be suitable for use in wet environments. 6. Transportation — As required for loading, temporary storage, transit and unloading of contaminated waste without exposure to persons or property. Use only enclosed dumpsters, trailers or other transports to haul waste containers to prevent loss or damage of containers in route to landfill. 2.03 REMOVAL OF ASBESTOS-CONTAINING MATERIAL AND DEBRIS A. Remove and properly dispose of all asbestos-containing materials indicated to be removed by the Contract Documents in accordance with federal, state, and local laws and regulations or as more stringently specified herein. B. During any period of actual abatement of asbestos, an abatement supervisor shall be stationed within the containment area at least 25% of the time for the purpose of supervising the progress of the abatement work. C. Interior Preparation. 1. Verify, lockout and seal any HVAC equipment supplying or within work areas with a minimum of one layer of six-mil plastic sheeting, individually applied. Regulated areas within which asbestos abatement is to be conducted shall be separated from adjacent areas by impermeable barriers, such as six-mil (true thickness) plastic sheeting, attached securely in place. All openings between containment areas and adjacent areas, including but not limited to windows, doorways, elevator openings, corridor entrances, ventilation openings, drains, ducts, grills, grates, diffusers and skylights, shall be sealed. All penetrations that could permit air infiltration or air leaks through the barrier shall be sealed, with exceptions of the make-up air provisions and the means of entry and exit. 443 E.Procter Street 8 Port Arthur,TX Asbestos Abatement/Demolition Specifications • /1,4,411 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 3. Verify and lockout all electrical power to work areas. Provide temporary power and lighting as necessary to maintain safe and comfortable work environment. Provide temporary plumbing and wiring as needed. 4. Remove all uncontaminated moveable objects. Cover all uncontaminated immovable objects remaining in the work area with at least two layers of six- mil (true thickness) plastic sheeting, individually applied. Do not remove or cover contaminated objects. 5. Verify and locate potential fire exits. Maintain emergency and fire exits from the work areas,or establish alternative exits satisfactory to fire officials. Mark fire exits appropriately on work area side. 6. Seal off work areas from those in which work will not occur with a critical barrier consisting of at least two layers of six-mil (true thickness) plastic sheeting, individually applied. Place appropriate warning signs, in English and Spanish, on the outside of critical barriers and all entrances to work areas. 7. Construct personnel and bag/barrel/equipment decontamination units in compliance with DSHS/EPA guidelines concerning number, size and placement of airlocks, etc. Shower in personnel decontamination unit shall open into airlock on both contaminated and uncontaminated sides and shall be equipped with both hot and cold running water. Construct decontamination units of appropriate materials (including plastic sheeting) to provide airtight barriers to allow continuous reduced air pressure to be maintained. 8. Trap shower wastewater using filters having a final pore size of not larger than 5.0 micron, and drain into a sanitary sewer. Replace contaminated filters when they become clogged but not less than every third day. Dispose of filters as asbestos-contaminated waste. 9. Floor sheeting shall completely cover all floor surfaces and consist of a minimum of two layers of sheeting with at least a dart impact of 270 grams and tear resistance of machine direction (M.D.) 512 grams and transverse direction (T.D.) of 2067 grams or at least six-mil true thickness. Floor sheeting shall extend up sidewalls at least 12 inches and be sized to minimize the number of seams. No seams shall be located at wall-to-floor joints. Sealing of all floor penetrations against water leakage is mandatory. Wall sheeting shall completely cover all wall surfaces, except those surfaces scheduled for demolition to access asbestos materials for removal, and consist of a minimum of two layers of four-mil sheeting. Wall sheeting shall be installed so as to minimize joints and shall extend beyond wall/floor joints at least 12 inches. No seams shall be located at wall-to-wall joints. Where a fire hazard exists, all plastic sheeting will be certified by the Underwriters Laboratory (UL) as being fire retardant. Where feasible, when containment walls which exceed 260 linear feet must be constructed, a viewing window will be included in the wall for each 260 linear feet or fraction of that distance which will permit the viewing of at least 51% of the abatement work area.The window shall be constructed of plexiglass which measures approximately 18 443 E. Procter Street 9 Port Arthur,TX Asbestos Abatement/Demolition Specifications 4 � DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 inches by 18 inches. The bottom of the window will be at a reasonable viewing height from the outside floor. When only floor tile and mastic materials are to be removed, the contractor my opt to cover walls only four feet up with a minimum of one layer of six-mil (true thickness) plastic sheeting in a manner to prevent abated material from accessing wall surfaces. Do not cover contaminated surfaces. 10. Where only HVAC ductwork, mixing boxes, etc. are to be removed in their entirety, the contractor may opt to remove the material in small manageable sections. Place a drop cloth 10 feet beyond the work area in all directions and keep the asbestos containing material wet at all times. Wrap the material with two layers of six-mil (true thickness) plastic sheeting, seal all poly joints with duct tape and seal the seams to prevent leakage. Apply two layers of duct tape over area to be cut, carefully cut material in the center of the duct tape, and safely drop the section to the floor. Exercise care to avoid cutting plastic. All other removal methods shall be under full containment. Carefully cut and remove asbestos-containing materials within the glove-bag. 11. Where a fire hazard exists, all plastic sheeting will be certified by the Underwriters Laboratory(UL)as being fire retardant. 12. Where feasible, when containment walls which exceed 260 linear feet must be constructed, a viewing window will be included in the wall for each 260 linear feet or fraction of that distance which will permit the viewing of at least 51% of the abatement work area. The window shall be constructed of Plexiglas, which measures approximately 18 inches by 18 inches. The bottom of the window will be at a reasonable viewing height from the outside floor. 13. Place work areas under reduced air pressure as specified previously in this section. Allow no air movement system or air-filtering equipment to discharge unfiltered air outside the work areas. 14. Ensure that all barriers and plastic sheeting enclosures remain effectively sealed and taped for duration of abatement and subsequent cleaning. Visually inspect enclosures at the beginning and end of each work period. Repair damaged barriers and remedy defects immediately upon discovery. Use smoke methods or other approved methods to test effectiveness of barriers when requested by the Consultant or Project Manager. 15. Maintain a sign in/out log, as specified previously in this section, in the immediate area of the change room to be signed by every person each time upon entering and leaving work areas. 16. Place in work areas at least one fire extinguisher with a minimum NFPA rating of 10BC (dry chemical)for every 3,000 square feet, or,fraction, of work area for the duration of abatement and subsequent cleaning activities. Place at least one similar fire extinguisher in vicinity of change room. 17. Notify the Consultant or Project Manager for observation of the preparation of work areas prior to any disturbance of asbestos-containing material. Prior to 443 E.Procter Street 10 Port Arthur,TX Asbestos Abatement/Demolition Specifications 4 .1",01,44 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 notification, complete plasticizing of work area, and construction of personnel and bag/barrel/equipment decontamination enclosure systems. No removal work can begin until preparations have been observed and accepted by Owner's Representative. D. Exterior Preparation. 1. Restrict access to exterior grounds immediately adjacent to work areas by barrier tape or similar means. 2. Place appropriate warning signs, in English and Spanish, on at least every other window/door opening. E. Gross removal and cleaning. 1. Prepare areas as previously specified. 2. "Wrap and cut" methods may be employed where feasible, including domestic piping, and duct isolation boots. Wrap and cut methods may not be used for roof drain piping. 3. Demolish interior wall surfaces as needed to access asbestos materials for removal within pipe chases. 4. Demolish existing boiler jackets and frames as needed to access asbestos materials for removal within boilers. 5. Thoroughly wet asbestos-containing materials and debris to be removed prior to stripping or tooling to reduce fiber dispersal into the air. Saturate material sufficiently to wet to 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. 6. Remove the saturated asbestos-containing materials and debris in small sections. Do not allow materials to dry out. As removed, place in barrels, double wrap or bag the materials in sealable plastic bags, six-mil minimum thickness, and place in containers for transport, labeled with the appropriate wording. 7. Provide general clean up of work areas concurrent with the removal of all asbestos-containing materials and debris. Do not permit accumulation of debris on work area floors. 8. After removal of asbestos-containing materials and debris, all surfaces in the work area shall be wet-cleaned to remove residual accumulated material. Continue wet cleaning until all surfaces are free of visible dust, dirt and debris. 2.04 CLEAN UP.AND CLEARANCE TESTING 443 E. Procter Street 11 Port Arthur,TX Asbestos Abatement/Demolition Specifications 0, 4q DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 A. Provide general clean up of work areas concurrent with the removal activities. Do not permit accumulation of debris on work area floors. B. Standard of cleaning for Final Clearance: Consider contained work areas and all other decontaminated and cleaned areas clean when: 1. Surfaces are free from dust, dirt, residue, and debris from abatement operations or other activities subordinate to these operations. 2. Owner's Representative has approved level of cleanliness. 3. Air testing performed by Owner's Representative indicates that the air in the contained/enclosed work areas is acceptable, as specified in this section. C. Containment and Enclosure Clearance Sequence 1. Wet clean and HEPA-vacuum all surfaces in the work area. 2. Clean all equipment (excluding that which will be needed for further cleaning phases) used in the work areas and remove from work areas via the equipment decontamination enclosure system. 3. Replace all pre filters in air filtration devices with clean filters. Clean all air filtration devices. 4. Notify the Consultant or Project Manager for observation to determine completeness of cleaning. Re-clean, and continue to clean at Contractor's expense, areas with visible with dust, dirt or debris. 5. Once the Consultant or Project Manager has accepted the area as clean, remove the first layer of plastic sheeting and apply one coat of sealant to all surfaces. Apply sealant as follows: a. Misting, spraying, and pumping equipment, as recommended by the encapsulant material's manufacturer, shall be used. b. Encapsulant shall be applied by procedures as recommended by the manufacturer's written instructions and shall be one approved for this work. 6. After sealant is applied to all surfaces in the work area, allow a sufficient amount of time for the sealant to dry. 7. PCM Final Clearance Testing: a. The Consultant or Project Manager will test for:the final air clearance levels once the work area is observed to be visually decontaminated. Final clearance air testing shall be performed using aggressive sampling techniques. 443 E. Procter Street 12 Port Arthur,TX Asbestos Abatement/Demolition Specifications �.4 0,44141 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 b. At least three samples per work area will be collected and analyzed. The area will be considered clean if all samples indicate airborne fiber concentrations are 0.01 f/cc(or ambient prevalent level, whichever is greater), calculated as the 95-percent upper confident limit(UCL), or less. c. Re-clean, and continue to clean at Contractor's expense, areas which do not comply with the specified final clearance level. Contractor shall bear cost of all follow-up tests necessitated by the failure of the air- tests to meet the specified final clearance level. 8. In the event that TEM final clearance testing is employed, the area will be considered clean if all samples indicate asbestos structure densities of 70 structures per square millimeter or less. 9. Upon notification from the Consultant or Project Manager that final clearance samples indicate acceptable airborne levels, dismantle work area containment and thoroughly,HEPA-vacuum and wet clean immediate areas. A final visual will be performed by the asbestos consultant, or project manager delegated by the asbestos consultant, once the abatement contractor has removed all containment and other materials from the project site. 10. Dispose of debris from removal operation, used cleaning materials, unsalvageable materials used for sturdy barriers, and any other remaining materials. Consider the materials to be contaminated, and dispose of accordingly. 2.05 DISPOSAL OF ASBESTOS-CONTAMINATED WASTE A. All asbestos abatement waste shall be transported to and disposed of at approved landfills. B. Asbestos-containing waste and debris shall be transported to the landfill double wrapped, double bagged, or in properly lined barrels. Removed debris, pipe insulation, used cleaning tools, towels, protective suits, used plastic sheeting and spray-applied plastic sheeting shall be treated as asbestos-containing waste materials. • C. Follow waste container decontamination procedures as follows: 1. As the waste containers are moved out through the equipment decontamination system, wet wipe containers to remove all contamination from them before they are moved into uncontaminated space. 2. As each container of waste is removed from the work area via the equipment decontamination system, a notation shall be made in the asbestos waste log as specified previously in this Section. 443 E. Procter Street 13 Port Arthur, A1Asbbesstosos Abatement/Demolition Specifications � �f��w,q DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 D. Temporary storage of asbestos wastes outside the work areas may be utilized only if the proposed area(s) are lined with at least two layers of six-mil plastic sheeting, individually applied, and appropriate warnings are posted. Submit proposed location and procedures for temporary waste storage to the Owner prior to initiating use. E. Remove sealed and labeled containers of asbestos-containing material and waste and transport them for disposal to the specified landfill as follows. 1. Line dumpster, trailer or other waste transport with at least two layers of six- mil plastic sheeting, individually applied. Plastic sheeting used to line waste transport containers need not be flame retardant. 2. Notify the Consultant or Project Manager prior to removing each trailer or other waste transport from the project site. 3. Asbestos-containing waste material shall be treated, packaged, labeled, transported, and disposed of in accordance with 29 CFR 1926.1101 (OSHA), 40 CFR 61.150(EPA)and 49 CFR 107 et al., (DOT). 4. Asbestos waste transport shall be limited to approved routes for transport of hazardous materials. Ensure that there are no visible emissions to the outside air from site where materials and waste are deposited. 5. Notify the Consultant or Project Manager immediately of any spill or similar incident involving the transport and disposal of asbestos wastes. F. Alternative methods of transporting asbestos-containing debris will be considered by the Consultant. Do not use alternative methods until reviewed and accepted by the Consultant. 2.06 FIELD QUALITY CONTROL A. The Consultant or Project Manager shall conduct area air monitoring prior to, throughout, and following preparation, removal and cleaning operations. 1. All phase contrast microscopy (PCM) area air samples collected by the Consultant or Project Manager will be analyzed in general accordance with the procedures outlined in the National Institute for Occupational Safety and Health (NIOSH) 7400 Method and also will follow guidelines issued by EPA regarding detection limits. Owner and Consultant reserve the right to analyze air samples by transmission electron microscopy(TEM). 2. Background prevalent level air samples, collected on media for analysis by phase contrast microscopy, will be obtained from representative areas immediately prior to the start of the project and will be analyzed. 3. Background prevalent level air samples, collected on media for analysis by transmission electron microscopy, will, when deemed necessary by the Consultant, be obtained from representative areas immediately prior to the 443 E.Procter Street 14 Port Arthur,TX Asbestos Abatement/Demolition Specifications "A/441 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 start of the project and will be held for future analysis at the discretion of the Consultant. 4. Area air samples will be collected both inside and outside of work areas. The Contractor is cautioned, however, that should interpretations be made, opinions be formed and conclusions be drawn as a result of examining the test results, these interpretations, opinions and conclusions will be those made,formed and drawn solely by the Contractor. 5. All samples must meet specified clearance levels for the area being tested to be considered clean. Results of PCM air sample analysis shall be reported as the 95 percent upper confidence limit(UCL). a. Final clearance air samples will be of at least 1250 liters of air, collected at a flow rate of at least 0.5 to less than 16 liters per minute on 0.8 micron MCE filters in conducting cassettes with extension cowls. B. Contractor shall wet-clean and HEPA-vacuum areas outside the contained work areas in which elevated airborne fiber concentrations are detected. Indicated airborne fiber concentrations above 0.01 f/cc, or ambient prevalent levels, will be considered elevated airborne fiber concentrations. C. Visual observations will be made by the Consultant or Project Manager after final clean-up and de-mobilization to determine the presence of visible dust, dirt, debris and abatement refuse indicative of improper cleaning and decontamination procedures. PART 3-REMOVAL OF ASBESTOS-CONTAINING MATERIALS-SPECIFIC SMALL CONTAINMENT and SPOT SCRAPE PROCEDURES For spot scrapes, a "rolling scaffold" shall be used to access the deck spot scrape areas. The scaffold shall be contained using two layers of 4-mil poly, completely enclosing the immediate work area, except at the uppermost perimeter of the scaffold near the deck. A 2" space shall be created around the top perimeter of the scaffold containment in order to 1) allow make-up air into the containment and 2)not disturb the asbestos-containing spray-on material located on the deck. Units with HEPA filtration shall be used to provide a negative pressure of at least 0.02 inches of water column differential between the containment and outside, as measured by manometric measurements, and a minimum of four containment air changes per hour. GLOVE-BAG REMOVAL PROCEDURES A. Glove-bag removal of thermal insulation materials. Glove-bag removal of thermal insulation materials may be employed at Contractor's option. • 1. Prepare work areas as previously specified. 2. Perform glove-bag removal as follows: 443 E. Procter Street 15 Port Arthur,TX Asbestos Abatement/Demolition Specifications � v': 41Af DSHS License No. 10-5479 Consultant: ' Total Safety U.S.,Inc. May 2016 a. Place one layer of duct tape around pipe insulation at points where glove-bag will be attached. b. Place tools in bag. Attach, and use glove-bag in accordance with manufacturer's instructions, unless more stringently specified herein. c. Insert sprayer wand through water sleeve. Seal water sleeve tightly around the wand to prevent leakage. d. Use smoke tube and aspirator bulb to test seal. Gently squeeze glove-bag and look for smoke leaks. Seal leaks and retest. e. Wet the asbestos-containing material within the glove-bag with amended water prior to removal. Utilize a minimum of two asbestos workers per glove-bag. f. Carefully cut and remove asbestos-containing materials within the glove-bag. Exercise care to avoid cutting bag while cutting asbestos- containing materials from piping. g. Thoroughly wet removed material, bag and piping with amended water. Scrub exposed piping with a bristle or nylon brush. Remove visual accumulations of debris from piping. Allow mist to settle. h. After removing asbestos-containing material, wet clean all surfaces to remove residual accumulated material. Continue wet-cleaning until surface is free of visible material. Seal exposed piping and glove-bag sides with encapsulant. j. Remove tools through gloves or tool pouch by inverting, twisting glove,taping at twist to seal, and severing glove at midpoint of tape. k. Collapse glove-bag by inserting HEPA-vacuum. Twist bag several times at the top of bag. Twist and tie to secure. I. Place appropriately labeled 6-mil bags around glove-bag. Score glove-bag above taped seal to remove from pipe and place inside 6- mil bag. Seal 6-mil bag around disassembled glove-bag. NON-ACM CEILING TILE DECONTAMINATION PROCEDURES 1. The contractor shall apply one layer of 6-mil plastic on the floor in the immediate work area. In addition, the contractor shall construct a barrier to hide asbestos activities from tenants and other work crafts. 2. The contractor shall use a vacuum cleaner equipped with a High Efficiency Particulate Air (HEPA) filtration system to decontaminate the ceiling tile prior to removal and disposal. 443 E. Procter Street 16 Port Arthur,TX ��/� Asbestos Abatement/Demolition Specifications Consultant: s�s DSHS License No. 10-5479 Total Safety U.S., Inc. May 2016 3. The contractor will be allowed to wear 2 disposable suits inside the ceiling tile decontamination area in lieu of a decon facility. The worker shall NEPA vacuum the outer suit prior to leaving containment and then proceed to HEPA vacuum the remaining suit. 4. Personnel should wear as a minimum a half-face respirator and disposable clothing during the decontamination activities. 5. After the consultant or Project Manager has approved the work area, ceiling tile decontamination may begin. 6. Prior to vacuuming the ceiling tile,wet the designated area. 7. The contractor shall use decontamination techniques, methods and equipment that shall not release fibers in concentration exceeding 0.01 fiber/cubic centimeter(f/cc). 8. Wet wipe and HEPA vacuum all debris from the ceiling tile grid and floors and dispose of it as asbestos waste. 9. The contractor will clean and wet wipe all plastic in the work area. After cleaning is complete, consultant will perform a visual inspection of the entire work area to insure all asbestos-contaminated materials have been removed. 10. The consultant or Project Manager shall perform clearance sampling of the work area. The final air clearance shall be less than 0.01 f/cc for all samples collected, as analyzed by Phase Contrast Microscopy(PCM). 11. After clearance is achieved, the contractor shall remove all asbestos-related materials and repair any damaged surfaces. WET SCRAPING RESIDUAL ADHESIVE 1. In the event asbestos-containing mastic is located directly beneath carpet, carpet shall be disposed of as asbestos-contaminated waste if asbestos-containing mastic bonds to back side of carpet during carpet removal. 2. Mastic may be removed by scraping or solvents. If solvents are used to remove floor mastic, critical barriers must be installed and units equipped with High Efficiency Particulate Air (HEPA) filtration, and in sufficient number to provide a negative pressure of at least 0.02 inches of water column differential between the containment and outside and a minimum of four air changes per hour, shall be operated continuously for the duration of the project. In addition, the solvent shall comply with the following requirements: • Flash Point(open or closed cup) > 140 deg F • Auto Ignition Temperature>600 deg F • No Noxious Odor • pH Neutral 443 E.Procter Street 17 Port Arthur,TX Asbestos Abatement/Demolition Specifications 416,4341 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 • Aromatic Vapors < 100 PPM • Will not react with water 3. Use respirator cartridges capable of filtering fumes if any solvents are used for mastic removal. 4. For scraping, start in the corner of the room farthest from the entrance door and moisten an area approximately 3' x 10' with water mixed with the specified liquid dishwashing detergent(1 oz. Specified liquid dishwashing detergent to one gallon of water) to aid in wetting the adhesive. Wet scrape with a stiff-bladed wall or floor scraper removing ridges and any loose adhesive. 5. Place loosened adhesive residues into a heavy-duty impermeable trash bag or other leak-tight container and seal with ties, tape or string and label "Caution-Contains Asbestos. Avoid opening or breading container. Breathing asbestos is hazardous to your heath." Dispose in an approved landfill only. 6. Wet vacuum standing water with HEPA wet/dry vacuum. 7. Continue steps (1) through (3) until what remains of the residual asphaltic"cut-back" adhesive is a smooth film. 8. As indicated in previous paragraphs, tiles should be placed immediately in a heavy- duty impermeable trash bag or closed leak-tight container. Do not attempt to break tiles further after they are in the bag. 9. When all tiles and adhesive residue have been removed from the floor and placed in heavy-duty polyethylene bags at least 6 mils thick or closed containers, seal the bags securely for disposal and label: "Caution-Contains Asbestos. Avoid opening or breaking bag or container. Breathing asbestos may cause serious bodily harm." Dispose in an approved landfill only. 10. Vacuum up any dirt in the area using a vacuum equipped with a HEPA filter and metal floor attachment(no brush). 11. After vacuuming, used HEPA filters and cleaner bags should be removed according to manufacturer's instructions and placed in a heavy-duty impermeable trash bag or a leak-tight container with a label stating "Caution-Contains Asbestos. Avoid opening or breaking container. Breathing asbestos is hazardous to your health." Dispose in an approved landfill only. Close and seal the trash bags securely for disposal. REMOVAL OF FIREPROOFING 1. Prepare work area as previously specified. 2. Demolish interior ceiling finishes, fixtures, HVAC ducts, and plumbing, electrical and other systems as necessary to facilitate removal of asbestos-containing materials. At Contractor's option, dispose of such as asbestos-contaminated waste or, if applicable, de-contaminate and dispose of as non-contaminated construction debris. De-contamination of demolished materials will be subject to visual observation by the 443 E. Procter Street 18 Port Arthur,TX Asbestos Abatement/Demolition Specifications 0014/44 DSHS License No. 10-5479 Consultant: Total Safety U.S.,Inc. May 2016 • Consultant or Project Manager. The Consultant or Project Manager will observe the materials for the presence of visible dust, dirt and debris. Re-clean and continue to clean, materials with observed visible dust, dirt or debris, or dispose of such as asbestos-contaminated waste. 3. Thoroughly wet the asbestos-containing materials to be removed with amended water prior to handling, stripping or tooling to reduce fiber dispersal into the air. Accomplish wetting by a fine mist of amended water. Saturate materials sufficiently to wet to the substrate without causing excess dripping. Allow time for water to penetrate materials thoroughly. Spray materials repeatedly during the work process to maintain a continuously wet condition throughout progress of the removal work. 4. Remove the saturated asbestos-containing materials in small sections. Do not allow materials to dry out. As they are removed, double bag the materials in plastic bags of six-mil minimum thickness or place the materials in lined, sealable barrels, labeled with the appropriate wording per regulatory agencies having jurisdiction (EPA, OSHA, DOT). 5. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. 6. After removal of asbestos-containing materials, all surfaces in the work area shall be wet-cleaned to remove residual accumulated materials. Continue wet-cleaning until all surfaces are free of visible dust and debris. REMOVAL OF FLOOR TILE AND MASTIC MATERIALS 1. Prepare work area as previously specified. 2. Thoroughly wet the asbestos-containing materials to be removed with amended water prior to handling, stripping or tooling to reduce fiber dispersal into the air. Accomplish wetting by a fine mist of amended water. Spray materials repeatedly during the work process to maintain a continuously wet condition throughout progress of the removal work. 3. Remove the saturated asbestos-containing materials in small sections. Do not allow materials to dry out. As they are removed, double bag the materials in plastic bags of six-mil minimum thickness or place the materials in lined, sealable barrels, labeled with the appropriate wording per regulatory agencies having jurisdiction (EPA, OSHA, DOT). 4. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. 5. After removal of asbestos-containing materials, all surfaces in the work area shall be wet-cleaned to remove residual accumulated materials. Continue wet-cleaning until all surfaces are free of visible dust and debris. 443 E. Procter Street 19 Port Arthur,TX Asbestos Abatement/Demolition Specifications s► oCit/1 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 REMOVAL OF GYPSUM WALLBOARD AND JOINT COMPOUND MATERIALS 1. Prepare work area as previously specified. 2. Thoroughly wet the asbestos-containing materials to be removed with amended water prior to handling, stripping or tooling to reduce fiber dispersal into the air. Accomplish wetting by a fine mist of amended water. Spray materials repeatedly during the work process to maintain a continuously wet condition throughout progress of the removal work. 3. Remove the saturated asbestos-containing materials in small sections. Do not allow materials to dry out. As they are removed, double bag the materials in plastic bags of six-mil minimum thickness or place the materials in lined, sealable barrels, labeled with the appropriate wording per regulatory agencies having jurisdiction(EPA, OSHA, DOT). 4. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. 5. After removal of asbestos-containing materials, all surfaces in the work area shall be wet-cleaned to remove residual accumulated materials. Continue wet-cleaning until all surfaces are free of visible dust and debris. REMOVAL OF WINDOWS/LOUVERS AND FRAME CAULKING MATERIALS 1. Prepare areas as previously specified. 2. Thoroughly wet the unit and frame caulking to be removed prior to stripping or tooling to reduce fiber dispersal into the air. Spray the materials repeatedly during removal to maintain a continuously wet condition. 3. Disconnect affected unit and remove intact from within the building. Remove residual caulking from exterior. Do not damage exterior of building. 4. At Contractor's option, removed frames may be disposed of as asbestos- contaminated waste or, if applicable, be de-contaminated and disposed of as non- contaminated construction debris or salvage. Decontamination of removed frames will be subject to visual observation by the Consultant or Project Manager. The Consultant or Project Manager will observe the frames for the presence of visible dust, dirt and debris. Re-clean and continue to clean, materials with observed visible dust, dirt or debris, or dispose of such as asbestos-contaminated waste. if disposed of as contaminated debris, double wrap the frames in plastic sheeting of six-mil minimum thickness, appropriately labeled. 5. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. REMOVAL OF EXTERIOR DOOR, SOFFIT, AND STAIRWELL CAULKING/SEALANT MATERIALS 1. Prepare areas as previously specified. 443 E. Procter Street 20 Port Arthur,TX Asbestos Abatement/Demolition Specifications at414/441 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 2. Thoroughly wet asbestos-containing caulking/sealants to be removed prior to stripping or tooling to reduce fiber dispersal into the air. Spray the materials repeatedly during removal to maintain a continuously wet condition. 3. Remove the saturated asbestos-containing materials in small sections. Do not allow materials to dry out. As they are removed, double bag the materials in plastic bags of six-mil minimum thickness or place the materials in lined, sealable barrels, labeled with the appropriate wording per regulatory agencies having jurisdiction(EPA, OSHA, DOT). 4. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. 5. After removal of asbestos-containing materials, all surfaces in the work area shall be wet-cleaned to remove residual accumulated materials. Continue wet-cleaning until all surfaces are free of visible dust and debris. REMOVAL OF FIRE-RATED DOORS 1. Prepare areas as previously specified. 2. Disconnect affected doors and remove intact. Doors shall be disconnected at frame hinge. Hinge plate on door shall not be disturbed. As they are removed, double wrap the doors in plastic sheeting of six-mil minimum thickness, appropriately labeled,and place in containers for transport. 3. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. REMOVAL OF CEILING MOUNTED FAN-COIL UNITS 1. Prepare areas as previously specified. 2. Disconnect affected unit and remove intact. As they are removed, double wrap the units in plastic sheeting of six-mil minimum thickness, appropriately labeled, and place in containers for transport. 3. Provide general clean-up of work area concurrent with the removal of all asbestos- containing materials. Do not permit accumulation of debris on work area floors. REMOVAL OF STEEL SINK 1. Prepare areas as previously specified. 2. Disconnect affected sink and remove intact. As it is removed, double wrap the sink in plastic sheeting of six-mil minimum thickness, appropriately labeled, and place in containers for transport. 3. Provide general clean-up of work area concurrent with the removal of all asbestos- '. containing materials. Do not permit accumulation of debris on work area floors. 443 E. Procter Street 21 Port Arthur,TX Asbestos Abatement/Demolition Specifications , ~4441 DSHS License No. 10-5479 Consultant: �` sii� ` TOTAL SAFETY • Building HEROES. Protecting HEROES. May 18, 2016 Project No. 5622714 Project: Vacant Building 444 E. Procter Street Port Arthur, Texas NESHAP Demolition Project Technical Specifications BY: 14 J.�sa, Daniel R. Ward DSHS CONSULTANT LICENSE NO. 10-5479 • Expiration Date: 5/11/18 INTRODUCTION AND SCOPE This project will include the proper removal, transportation and disposal of "left-in-place" asbestos containing materials at the vacant building located at 444 E. Procter Street in Port Arthur, Texas in accordance with all applicable federal, state and local regulations. The contractor shall properly transport and dispose the asbestos containing material as "Regulated Asbestos-Containing Material (RACM)". Materials shall be kept wet at all times and work area shall be demarcated. Workers involved with the removal of asbestos material shall be EPA NESHAP trained and shall wear appropriate PPE at all times. Any abatement activities will follow all applicable rules and regulations, including • EPA NESHAP and OSHA regulations. Buildings located on adjacent properties shall be left intact and in a safe condition. • • • 444 E.Procter Street 1 Port Arthur,TX NESHAP Demolition Specifications C �� � DSHS License No. 10-5479 Consultant: Total Safety U.S.,Inc. May 2016 ASBESTOS REMOVAL PART 1 -GENERAL 1.01 PERSONNEL PROTECTION A. The Category I non-friable ACM wastes and Category II non-friable ACM wastes that do not become crumbled, pulverized, or reduced to powder do not have to be sealed in leak-tight containers or wrapping but may be transported and disposed of in bulk. As an added precaution, the contractor shall maintain a tarpaulin-type cover over the container during transport. B. Prior to commencement of work, all workers shall be instructed by the Contractor, and shall be knowledgeable in the appropriate procedures for personnel protection and asbestos removal. C. Contractor acknowledges and agrees that he is solely responsible for enforcing worker protection requirements at least equal to those specified in this Section. D. Contractor shall provide workers with respiratory equipment approved by NIOSH and OSHA for the type of work being performed. Each worker shall be able to show, upon request, dated proof of fit testing performed by qualified personnel for the respirator being used. E. Where respirators with disposable filters are used, provide sufficient filters for replacement as necessary by the workers, or as required by applicable regulations. F. Provide respiratory protection as needed from the time of the first operation involving contact with asbestos-containing materials. Provide respiratory protection until the acceptance of final air test results (if applicable) by Consultant: 1. Provide a minimum of half-face dual cartridge respirators for workers during preparation phases of the work, providing no disturbance of the asbestos-containing material occurs. G. Contractor shall be solely responsible for scheduling necessary air sampling by an independent testing laboratory for compliance of his respiratory protection with OSHA regulations. Contractor shall pay for all costs associated with such testing. 1. Personnel exposure samples collected by or for the Contractor shall be analyzed in accordance with the OSHA reference method (ORM) as detailed in 29 CFR 1926.1101, Appendix A. 2. Ensure that personnel monitoring strategy employed will result in suitable samples for analysis. 444 E. Procter Street 2 Port Arthur,TX NESHAP Demolition Specifications "4/020/ DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 3. Arrange for analysis of personnel monitoring samples such that results of analysis are received no later than forty-eight hours following sample collection. 4. Post the results of personnel exposure monitoring at job-site, upon receipt from laboratory. H. Permit no visitors, except for governmental inspectors having jurisdiction, in the work areas after commencement of asbestos disturbance or removal. Provide authorized visitors with suitable respirators and protective equipment. I. Provide workers with sufficient sets of protective disposable clothing, consisting of full body coveralls, head covers, gloves, and foot covers, of sizes to properly fit individual workers. J. Provide workers with rubber boots, hard hats, eye protection, hearing protection, and other protective equipment as needed. K. Leave reusable equipment, apparel and protection devices (excluding respirators) in the contaminated equipment room until the end of the asbestos abatement work, at which time such items shall be disposed of as contaminated waste or decontaminated for reuse. L. Provide authorized visitors with suitable protective disposable clothing, respiratory protection (including suitable replacement filters), headgear, eye protection, footwear and other protective equipment of sizes to properly fit visitors whenever they enter the work area. 1.02 ASBESTOS WASTE LOG A. Contractor shall maintain an asbestos waste log to be completed as asbestos- containing waste is removed from the work areas for transport and disposal. B. Asbestos waste log shall indicate date; description of waste included; number, size and type of waste containers, as applicable, removed from work areas; time of day; and signature of recorder. 1.03 TRAINING PROGRAM A. Provide a training program to instruct personnel on proper respirator use, hazards of asbestos exposure and OSHA asbestos regulations in accordance with the requirements of the model accreditation program (MAP) established by the EPA in Appendix C to 40 CFR 763 (E). B. The Contractor shall provide a training program as often as necessary to train all employees to be utilized on the project. No worker shall be utilized on any portion of the Work until training documentation has been reviewed and accepted. by the Consultant or Project Manager. 444 E. Procter Street 3 Port Arthur,TX NESHAP Demolition Specifications ,, "i,/41 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 1.04 GENERAL—ALL JOBS A. Contractor's Asbestos Abatement Supervisors shall remain on the job site and in immediate contact with those under their supervision during all periods of asbestos activity. B. All licensed supervisors are responsible for respirator fit testing, personal protection of the workers, safety, security and control of access at the job site. C. Supervisors shall also require that operations at the asbestos job site cease whenever hazardous or unlawful situations are detected, so as to effect a remedy. D. Contractor's employees shall be fully clothed at all times (shirt, pants and shoes). Sandals or other open toe shoes shall not be allowed. E. The contractor is responsible for meeting all federal, state, and local laws and regulation, including but not limited to OSHA and EPA requirements. The contractor is responsible for his own OSHA air monitoring. A third party consultant hired by the District will provide on-site monitoring. F. Warning Labels and Signs—Shall be as required by OSHA 29 CFR 1926.1101 and posted in both English and Spanish. 1.05 TOOLS AND EQUIPMENT A. Provide suitable tools for asbestos-containing material removal. 1. Water sprayers — Utilize airless or other low-pressure sprayers for amended water application. Pressure washers or sprayers may not be used. 2. Scaffolding and ladders — shall be as required to accomplish the specified work and shall meet applicable safety regulations. 3. Transportation —As required for loading, temporary storage, transit and unloading of contaminated waste without exposure to persons or property. 1.06 REMOVAL OF ASBESTOS-CONTAINING MATERIAL AND DEBRIS A. Remove and properly dispose of all asbestos-containing materials indicated to be removed by the Contract Documents in accordance with federal, state, and local laws and regulations or as more stringently specified herein. 444 E. Procter Street 4 Port Arthur,TX NESHAP Demolition Specifications 4-14#4140/ DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 B. Preparation. 1. Restrict access to exterior grounds immediately adjacent to work areas by barrier tape or similar means. 2. Place appropriate warning signs in English and Spanish. 3. Thoroughly wet asbestos-containing materials and debris to be removed prior to stripping or tooling to reduce fiber dispersal into the air. Saturate material sufficiently to wet to 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. 4. Provide general clean-up of work areas concurrent with the removal of all asbestos-containing materials and debris. Do not permit accumulation of debris. 5. After removal of asbestos-containing materials and debris, all surfaces in the work area shall be wet-cleaned to remove residual accumulated material. Continue wet cleaning until all surfaces are free of visible dust, dirt and debris. 1.07 CLEAN UP AND CLEARANCE TESTING A. Provide general clean-up of work areas concurrent with the removal activities. Do not permit accumulation of debris on work area. 1.08 DISPOSAL OF ASBESTOS-CONTAMINATED WASTE A. All asbestos abatement waste shall be transported to and disposed of at approved landfills. • B. Removed debris, used cleaning tools, towels, protective suits, used plastic sheeting and spray-applied plastic sheeting shall be treated as asbestos- containing waste materials. C. Remove sealed and labeled containers of asbestos-containing material and waste and transport them for disposal to the specified landfill as follows. 1. Notify the Consultant or Project Manager prior to removing each trailer or other waste transport from the project site. 2. Asbestos-containing waste material shall be treated, packaged, labeled, transported, and disposed of in accordance with .29 CFR 1926.1101 (OSHA), 40 CFR 61.150(EPA) and 49 CFR 107 et al., (DOT). 3. Asbestos waste transport shall be limited to approved routes for transport of asbestos materials. Ensure that there are no visible emissions to the outside air from site where materials and waste are deposited. 444 E. Procter Street 5 Port Arthur,TX NESHAP Demolition Specifications 41,4/10 DSHS License No. 10-5479 Consultant: Total Safety U.S., Inc. May 2016 4. Notify the Consultant or Project Manager immediately of any spill or similar incident involving the transport and disposal of asbestos wastes. 1.09 . FIELD QUALITY CONTROL A. The Consultant or Project Manager shall conduct area air monitoring during the project. 1. All phase contrast microscopy (PCM) area air samples collected by the Consultant or Project Manager will be analyzed in general accordance with the procedures outlined in the National Institute for Occupational Safety and Health (NIOSH) 7400 Method and also will follow guidelines issued by EPA regarding detection limits B. Visual observations will be made by the Consultant or Project Manager after final clean-up and de-mobilization to determine the presence of visible dust, dirt, debris and abatement refuse indicative of improper cleaning and decontamination procedures. 444 E.Procter Street 6 Port Arthur,TX NESHAP Demolition Specifications "44 DSHS License No. 10-5479 Consultant: CITY OF PORT ARTHUR.TEXAS BID SHEET BID FOR: Asbestos Abatement&Demolition of Three(3)Commercial Properties BID DUE DATE: June 15.2016 DAYS ITEM# DESCRIPTION TO COMPLETE COST 424-436 E.PROCTER STREET 1 (2-STORY COMMERCIAL) 1 0 $ 42,880.00 435&443 E.PROCTER STREET 2 (2-STORY COMMERCIAL) 2 0 $ 120, 997.00 444 E.PROCTER STREET(2-STORY 5 $ 1 6,880.00 3 COMMERCIAL) Total • 35 $ 180,757.00 The total number of days to complete the entire project if contractor is using more than one crew Inland Environments Ltd. 25380 Sorters Rd, Porter TX 77365 COMPANY NAME STREET ADDRESS PO Box 6751 GNAT OF BID P.O.BOX Jed Landrey Kingwood, TX 77325 PRINT OR TYPE NAME CITY STATE ZIP Vice President 281-354-7500 TITLE AREA CODE TELEPHONE NO • Jed@InlandEnvironments.com 281 -354-7540 EMAIL FAX NO. • AFFIDAVIT All pages in Offeror's Responses containing statements, letters,etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: XX I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. Inland Environments Ltd. 6/14/16 Firm Name Date futhr. / Vice President ed Signa a Title Jed Landrey 281 -354-7500 Name(please print) Telephone Jed@ InlandEnvironments.com Email STATE: TEXAS COUNTY: MONTGOMERY SUBSCRIBED AND SWORN to before me by the above named Jed Landrey nn this the_ 1 4th day of June ,201 6 " AWSON HOLLOWAY MY COMMISSION EXPIRES „44//..it 111. Octobet 15,2097 No ary Pu if RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491,80th Leg.,Regular Session. This questionnaire is being filed in accordance with Chapter 176,Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed.See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006,Local Government Code.An offense under this section is a Class C misdemeanor. 1.Name of person who has a business relationship with local governmental entity. None 2. l ] Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3.Name of a local government officer with whom filer has employment or business relationship. N/A Name of Officer This section(item 3 including subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a),Local Government Code.Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? 1 1 Yes ❑ No N/A B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No N/A • C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director,or holds an ownership of 10 percent or more? nYes No N/A D. Describe each employment or business relationship with the local government officer named in this section. 4. 4":„-r 6/14/16 ignature of perso `�'•ing business with the governmental entity Date GENERAL INFORMATION: NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive,responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis,whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. 4. Award bids to bidders whose principal place of business is in the City of Port Arthur and whose bid is within 5% of the lowest bid price, as provided by Section 271.905 of the Texas Government Code. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor .enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other defmition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics,the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur,Attn.: Demolition,P.O. Box 1089, Port Arthur,Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax;therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders,regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal fmancial interest, direct or indirect, in this Contract; and,the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license,privilege or paying money to any-one owing delinquent taxes,paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur,TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner,perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor,the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and fmal acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury$1,000,000 single limit per occurrence or$500,000 each person 1$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage$100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or,Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance(Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided,minimum limits are$300,000 per person, $500,000 per occurrence for bodily injury and$100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in.all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form(s) shall in any event be filed with the City of Port Arthur not more than ten(10)days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. WAGES & SALARIES: Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color,religion, sex, age or national origin. PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent(100%)of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. SIGNAGE REQUIREMENTS SPECIAL CONDITIONS Public buildings, facilities, and centers constructed with GLO TxCDBG-DRS assistance shall have permanent signage placed in a prominent visible public area with the wording provided below. The formatting of such signage will be at local discretion to best fit the architectural design of the facility constructed but should be legible from at least three(3)feet distance. Other construction projects, e.g., water transmission lines, sewer collection lines, drainage, roadways, housing rehabilitation, demolition, etc. utilizing GLO TxCDBG-DRS funding shall have temporary signage erected in a prominent location at the construction project site or along a major thoroughfare within the locality as directed by the owner. Project Sign Wording: "This project is funded by the General Land Office of Texas,to provide for disaster recovery and restoration of infrastructure for communities impacted by the 2008 hurricanes. Funds allocated by the United States Department of Housing and Urban Development through the Community Development Block Grant Program." Example of Sign RAL fes_ HURRICANE RECOVERY PROJECT wt This project is funded by the General Land Office V.tt er' � � of the State of Texas to provide for disaster `•r,at�„LQ.a�° recovery and restoration of infrastructure for communities impacted by the 2008 hurricanes. te�CME AI 7 '4. Funds allocated by the United States Department of Housing and Urban Development through the * — * Community Development Block Grant Program. � IIz e. 8III eAN OEVE�O QYYYV VY.GLO.TE AS.GOV The City of Port Arthur will create the sign for the contractor to use. The contractor must return the sign when the project is over. CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS' NOTICE IS HEREBY GIVEN THAT sealed Bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall, 444 4th Street, or P. O. Box 1089, Port Arthur, Texas, 77641, no later than 3:00 p.m. WEDNESDAY, JUNE 15, 2016; and all bids received will thereafter be opened and read aloud at 3:15 p.m. in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas, for certain services briefly described as: ASBESTOS ABATEMENT &DEMOLITION OF COMMERCIAL PROPERTIES (3) 1. 424-436 E.PROCTER STREET (2-STORY COMMERCIAL) 2. 435 &443 E.PROCTER STREET (2-STORY COMMERCIAL) 3. 444 E.PROCTER STREET(2-STORY COMMERCIAL) A Cashier's Check or Certified Check,payable without recourse to the order of the City of Port Arthur, or a Bid Bond with corporate surety authorized to conduct business in Texas, in an amount no less than 5% of total bid, must accompany the bid as a guarantee that, if awarded the contract, the vendor will perform work and execute the Bonds in the forms provided as outlined in the specifications and instructions to bidders. MANDATORY PRE-BID MEETING IS SCHEDULED FOR 9:30 A.M. ON TUESDAY, JUNE 7, 2016 IN THE 5TH FLOOR COUNCIL CHAMBERS OF CITY HALL, 444 4TH STREET, PORT ARTHUR, TEXAS. A MANDATORY SITE TOUR WILL COMMENCE IMMEDIATELY AFTER THE PRE-BID CONFERENCE. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office,444 4th Street, City of Port Arthur, and are open for public inspection without charge.They can also be retrieved from the City's website at www.portarthur.net or www.publicpurchase.com. e. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Clifton Williams Acting Purchasing Manager FIRST PUBLICATION: SUNDAY,MAY 29,2016 SECOND PUBLICATION: SUNDAY,JUNE 5, 2016 GLO Contract# 13-339-000-7653/DRS220148 This project funded by Texas General Land Office for disaster recovery Funds allocated by U. S.Dept. of HUD through CDBG Federal Labor Standards Provisions U.S. Department of Housing And Urban Development The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage rate and fringe benefits therefore only when the following criteria have been met. (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140). (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140). (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of an laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program. Provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract, in the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis-Bacon Act contracts. 3. (i) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates or contributions or costs anticipated for bona fide fringe benefits or cash equivalents there of the types described in Section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (ii)(a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-0014-1), U. S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5(a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part,3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A.3.(ii)(b) of this section. (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3.(i) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration. Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually' registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. the ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the David-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (i) Certification of Eligibility. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis- Bacon Act or 29 CFR 5.12(a)(1) or to be awarded Government contracts by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a government contract by virtue of Section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1010, Title, 18, U.S.C., "Federal Housing Administration transactions", provides in part"Whoever, for the purpose of ... influencing in any way the action of such Administration... makes, utters or publishes any statement, knowing the same to be false... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. As used in this paragraph, the terms "laborers"and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; -liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of eight hours or in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54, 83 Stat.96). (3) The Contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. CONTRACTOR'S LOCAL OPPORTUNITY PLAN Inland Environments Ltd. (name of company) agrees to implement the following specific affirmative action steps directed at increasing the utilization of lower income residents and businesses within the (City/County) of Port Arthur, Jefferson County A. To ascertain from the Grant Recipient's CDBG program official the exact boundaries of the project area and where advantageous, seek the assistance of local officials in preparing and implementing the affirmative action plan. B. To attempt to recruit from within the city the necessary number of lower income residents through: local advertising media, signs placed at the proposed site for the project, and community organizations and public or private institutions operating within and servicing the project area such as Service Employment and Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League, Concentrated Employment Program, Hometown Plan, or the U.S. Employment Service. C. To maintain a list of all lower income residents who have applied either on their own or on referral from any source, and to employ such persons, if otherwise eligible and if a vacancy exists. D. To insert this plan in all bid documents and to require all bidders on subcontracts to submit an affirmative action plan including utilization goals and the specific steps planned to accomplish these goals. E. To insure that subcontracts (greater than $10,000), which are typically let on a negotiated rather than a bid basis in areas other than the covered project area, are also let on a negotiated basis, whenever feasible, in a covered project area. F. To formally contact unions, subcontractors, and trade associations to secure their cooperation in this effort. G. To insure that all appropriate project area business concerns are notified of pending sub-contractual opportunities. H. To maintain records, including copies of correspondence, memoranda, etc., which document that all of the above affirmative action steps have been taken. I. To appoint or recruit an executive official of the company or agency as Equal Opportunity Officer to coordinate the implementation of this plan. J. To maintain records concerning the amount and number of contracts, subcontracts, and purchases which contribute to objectives. K. To maintain records of all projected work force needs for all phases of the project by occupation, trade, skill level, and number of positions and to update these projections based on the extent to which hiring meets these Local Opportunity objectives. Inland Environments Ltd. As officers and representatives of (name of company) , we the undersigned have read and fully agree to this Plan, and become a party to the full implementation of the program and its provisions. Si nature Vice President 6/14/16 Title Date PROPOSED CONTRACTS BREAKDOWN IType'of Contracts No ,of- ' Approx Total - ?EstimatedfNo.to Estimated'$ '--7 1 ; f {Contrabts .Am Dollarount :local Business > Amount bowlt ".7.•:'...:,:,,,,- ; '.ii:'...'?: . .- : .Y `- Bt.siness Asbestos 6 $ 300,000 N/A N/A Demo _ 7 $ 350,000 N/A N/A There are no subcontracting opportunities available on these projects. We self perform asbestos abatement &demolition. ESTIMATED PROJECT WORKFORCE BREAKDOWN Work Toa itimatedi' No. of Positions No.'ofPositions . I4o.of:Positkbns-'�- Classifications, Positions Currently Filled not Filled—' torfi(l with:I!/.M, Residents, ACM Super. 1 1 0 0 ACM Worker 8 8 0 0 Operator 2 2 0 0 Truck Driver 4 4 0 0 Haul Truck 1 1 0 0 EVOWs STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. Name of Bidder: Inland Environments Ltd. Date Organized: 11 /25/02 Address: PO Box 6751 , Kingwood TX 77325 Date Incorporated N/A Number of Years in contracting business under present name 16 • CONTRACTS ON HAND: Contract Amount$ Completion Date Asbestos Abatement 300,000 July 2016 Demolition 350 ,000 July 2016 Type of work performed by your company: Asbestos/Lead/Mold Remediation & Demolition Have you ever failed to complete any work awarded to you? No Have you ever defaulted on a contract? No List the projects most recently completed by your firm (include project of similar importance): Project Amount$ Mo/Yr Completed Ahat0 £ nPmn in Hitchcock $ 41 , 000 6/24/16 Abate & Demo Baytown Hospital $561 , 000 05/16 Demo at TAMU Repro. Sci. Bldg. $ 52, 657 04/16 Abate & Demo at Hull-Daisetta $ 75,000 02/16 Major equipment available for this contract: SPP att-arhed equi anent 1_i�.f- Attach resume(s)for the principal member(s) of your organization, including the officers as well as the proposed superintendent for the project. Community Bank Credit available: $ 1M+ Bank reference: Chris Bezdek, 281 -925-4768 The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Port Arthur in verification of the recitals comprising this Statement of Bidder's Qualifications. Executed this 14th day of June , 20_1_6 By:(signature) / ate 'ji Title: Vice President (print name) Jed Landrey CONTRACTOR CERTIFICATIONS U.S. Department of Housing and Urban Development CERTIFICATION OF BIDDER REGARDING CIVIL RIGHTS LAWS AND REGULATIONS INSTRUCTIONS CERTIFICATION OF BIDDER REGARDING Executive Order 11246 and Federal Laws Requiring Federal Contractor to adopt and abide by equal employment opportunity and affirmative action in their hiring,firing,and promotion practices. This includes practices related to race,color,gender,religion,national origin,disability,and veterans'rights. NAME AND ADDRESS OF BIDDER(include ZIP Code) Inland Environments Ltd. PO Box 6751 Kingwood, TX 77325 CERTIFICATION BY BIDDER Bidder has participated in a previous contract or subcontract subject to Civil Rights Laws and Regulations. XI Yes ❑ No The undersigned hereby certifies that: ›t1 The Provision of Local Training.Employment,and Business Opportunities clause(Section 3 provision)is included in the Contract. A written Section 3 plan(Local Opportunity Plan)was prepared and submitted as part of the bid proceedings(if bid equals or exceeds$100,000). OK The Non Segregated Facilities clause(Section 109 provision)is included in the Contract. No segregated facilities will be maintained as required by Title VI of the Civil Rights Act of 1964. CX The Equal Employment Opportunity clause is included in the Contract(if bid equals or exceeds$10,000). Or The Affirmative Action for Handicapped Workers clause is included in the contract. Have you ever been or are you being considered for sanction due to violation of Executive Order 11246,as amended? 0 Yes XX No Jed Landrey, Vice President NAME AND TITLE OF SIGNER(Please type) 6/14/16 flA DATE SECTION 504 CERTIFICATION POLICY OF NONDISCRIMINATION ON THE BASIS OF DISABILITY The Inland Environments does not discriminate on the basis of disability in the admission or access to, or treatment or employment in, its federally assisted programs or activities. (Name) Jed Landrey (Address) PO Box 6751 Kingwood, TX 77325 City State Zip Telephone Number ( 281 ) 354-7-500 Voice ( ) - N/A TDD has been designated to coordinate compliance with the nondiscrimination requirements contained in the Department of Housing and Urban Development's (HUD) regulations implementing Section 504 (24 CFR Part 8. dated June 2, 1988). • U.S.DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS TO(appropriate recipient) DATE City of Port Arthur 6/14/16 PROJECT NUMBER(if any) C/O PROJECT NAME Abate & Demo 3 Commercial Properties 1. The undersigned,having executed a contract with City of Port Arthur for the construction of the above-identified project,acknowledges that: (a) The Labor Standards provisions are included in the aforesaid contract, (b) Correction of any infractions of the aforesaid conditions,including infractions by any of his subcontractors and any lower tier subcontractors, is his responsibility. 2. He certifies that: (a) Neither he nor any firm,partnership or association in which he has substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b)of the Regulations of the Secretary of Labor,Part 5(29 CFR,Part 5)or pursuant to Section 3(a)of the Davis-Bacon Act,as amended. (b) No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm, corporation,partnership or association in which such subcontractor has a substantial interest is designated as an ineligible contractor pursuant to any of the aforementioned regulatory or statutory provisions. 3. He agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract,including those executed by his subcontractors and any lower tier subcontractors,a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Requirements executed by the subcontractors. 4. He certifies that: (a) The legal name and the business address of the undersigned are: Inland Environments Ltd. PO Box 6751 Kingwood, TX 77325 (b) The undersigned is: (1)A SINGLE PROPRIETORSHIP (3)A CORPORATION ORGANIZED IN THE STATE OF (2)A PARTNERSHIP (4)OTHER ORGANIZATION(Describe) XX (c) The name,title and address of the owner,partners or officers of the undersigned are: NAME TITLE ADDRESS PO Box 6751 Lori Landrey President Kingwood, tX 77325 Jed Landrey Vice President same • (d) The names and addresses of all other persons having a substantial interest in the undersigned,and the nature of the interest are: NAME ADDRESS NATURE OF INTEREST None (e) The names,addresses and trade classifications of all other building construction contractors in which the undersigned has a substantial interest are: NAME ADDRESS TRADE CLASSIFICATION None Inland Envrionments Ltd. (Contractor) Date 6/14/16 BY �� ed L drey�ice President NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § § . STATE OF TEXAS By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: fLa dreg 4Title: Vice President ,k0-'. i.i . Company:p y' Inland Environments Ltd. ViVilijV Date: 6/14/16 ' SUBSCRIBED and sworn to before me the undersigned authority by_3' the V of, on behalf of said bidder. lI �1k'�) „ s AWSON HOLLOWAY qo ary Publi nand for the "= MY COMMISSION EXPIRES tate of Te .s Nee October 15,2017 My commission expires: ./1-542_. BID BOND INLAND ENVIRONMENTS LTD KNOW ALL MEN BY THESE PRESENTS, that we the undersigned, __ as PRINCIPAL, and AXIS INSURANCE COMPANY , as SURETY are held and firmly bound unto City of Port Arthur hereinafter called the"Owner", in the penal sum of _ FIVE PERCENT OF BID AMOUN1Dollars, ($ TBD ), lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the Accompanying Bid, dated 6/15/1 6 , for Demolition of (3) Comm. Properties NOW, THEREFOR, if the Principal shall not withdraw said Bid within the period specified therein after the opening of the same, or, If no period be specified,within thirty(30)days after the said opening, and shall within the period specified therefor, or if no period be specified, within ten (10) days after the prescribed forms are presented to him for signature, enter into a written contract with the Owner in accordance with the Bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or in the event of the withdrawal of said Bid within the period specified, or the failure to enter into such Contract and give such bond within the time specified, if the Principal shall pay the Owner the difference between the amount specified in said Bid and the amount for which the local Public Agency may procure the required work or supplies or both, if the latter be in excess of the former,then the above obligation shall be void and of no effect,otherwise to remain in full force and virtue. IN WITNESS THEREOF, the above-bounded parties have executed this instrument under their several seals this 13TH day of JUNE 2016 , the name and corporate seal of each corporate party being hereto affixed and these present signed by its undersigned representative, pursuant to authority of its governing body. (SEAL) INLAND ENVIRONMENTS LTD /; (SEAL) Attest: , 'J �/ By: ox��.. l Je Lan rey,V�e Pres.Affix Corporate AXIS INSURANCE COMP• Y Seal/ Attest: By: iAS.�rt MARIA A' -ZALEZ,ATT RN: 7i' -FACT Affix Corporate Seal Attest: By: Countersign,d By • ANNE M BARBER *Attorney-in-Fact, State of ILLINOIS __„ „...-_,.._ 7.--,Q--.7. TI:.-7-,,-k-L.---•:=_- .W7-..--...:-r=a 17.r.-.:.:F7-Y7-,iZf•rF--_,,,--,f- .2. ,'7f..:S.-;M,=i1=-E- •----- • v'• •::'?!..;I •V,;.,:- / - 1 7 •;:it..: .: :,•: ,I.ii I''',!.-'4.4 :,! , :r_ik t--L-----__ - A :'_-=•;._ =1=-Th,,-,--1.__ . . -44 ..,-,:4...:77_,, '7:1,_.;•: .:,,,..... :::._77.... ..-f;;;•• ..•,* I-:' 1,TiliA giVo.VII '-;--- -=2_•{;_S: _. ,-W ..;4a,:___:-.7:-_- 1 -i,_-._.-1.,-0,;_--=, ,1-.-li, -.5,---:-., -....:::- ...,POWER OF ATTORIsW ='= "r--4-:".7' '''41.•':4-• 7''.- "*--• AXIN-5173 , - Know All Men by These_Presents: That AXIS Insurance Company,anIllinois property and casualty company,(the"(ompany")does hereby appoint: , - ,;,,;;;;4';`zi.. '1..';''...7z f.'-k7,,,t7.. .:L:.-•At. ,_,..,...g-.,..,_ .. ---------__A' __ coi TAVA.,V4 .1.7,,F.----;t.;- . .,=c... ,i•7;; TL...-.-=-7=-..-. ....-- 2---.=:---- -._f---- --- --Z------='. === "ir- ji;914Rt. 10 Ilk 1W' -t--==., .t •-_-__..•-----•-.7. ,..-=--,. .----,------ ....,.-r, •-•••••-: li3/4 kg -ii i, tit%Villain:7A.Ballay,Dana ittildtl•WMiff-a&L iffleteh,Maria A.Gciii I ' A e k I a 1, r,,iif Bridgeview,11 -_-:--.___::-,=7_-:•.----=•„-::: = ---_=._-___.-7---_-_---:' . --•-•:• -= =___•:------L--73 -•-'-=-1.-:- _ :CIP•j1/"11001!-? ,,Iip)141' -;---7----.-. .. --._„•__'_-_-_--- -- r---._ . t....--- •-:--- M7,-;•-'. -....,-.1::,-..71- :4:-.4, • -.f.--__-_---7.-2 --,..,=- - •;^..:•", '" • ' .-_-_, ....=... ___ as its true and lawful Attomey(s)-In-Fact,to make,execute,seal and deliver for and on its behalf as surety,bonds and undertakings,such documents to be valid as Though executed by the Company on its own behalf The Company may revoke this appointment at any time. . . • EXCERTIOL-NOSIJNDRJTY is granted to make,execute„sealmn. aelit7q.bonds or undertalcingsAhatuarantemb,iyment or collection of anyrErsisoV Mite, fil c l.6'ITO_C4).7 ai:CeM all i t.--- .-_. • *igyt., 4,R11:11,iyii,,101'0 ,...,,,-,.. 1 ff, = '.=-,...._---= ''- '' 't-:' ''W7er•2 VIA:71 %1'"'ro.,*.i. ;'•-•71 r" 1:ii., ,i, !1,311 gthht14•A ..:-.-,7-2... .-_-,----.-.. -=---, .-----= r.--,.- _-.-_-: ..I 7.= - - . ,- •11.1• -=;.--t ,,-- ,f& e w ____ ---4,,, ,,-.. 'I' ,:owe-tiaaltorlie-y ii signed;sealed and cerfi0d4inildflatIdi y tie anthdrity of resolutions ad Wti b-P1Murao-novriffeti consent of the Boafireettigeol tile; . '-• • - Company on July 12,2013: . , . • • . • RESOLVED,that any Vice President,Surety,acting singly,shall have the power and authority to appoint and revoke Attorneys-In-Fact to make,execute, seal and deliver for and on behalf of the Company;as surety,bonds and undertakings,such documents to tie•valid as though executed by the Company on its . -1: IKTIgliit. t: wthbeilf if jam the terms and csindiftmattfitite_sactlIWniage Agreements 40.7 ri ,E7, O. 4ta.r.z4.='4,....t), p±i4.7_.. - ... ; . •.-- -. .....---. ._7'..- -_,---,,,...- ...---- --- . -__..=-----.7.....-• 1•;,1- 1. ] ,y• Mt 4N1 rti tip .p.kil ---'.._- . -___,----- -.'-:.- .•=-= ..•---,.--.. ",•-•=== ''. ---: L.=-.•-'-'----''.- =1.- -.=--..-'-.= i .= ,,..___. _,..5-.. 1,=.z....- , it,:.,:f 3r...',...,7,;,,'=,t,,.,::,.,& - ,-.7-_-,...---,.......",----._........_.= - __-.-- _...=.---__,--'.-.==...- ---• a`l-.Iftlits-slWril-ebt;Al'OLCF-IfiSurance Company ttaktiVre signed and its dbiiibilte,•s'al,'&be. 1 '•'..'eldiby ii duly elected andOMM-R012-1.tra:=._-•_.- :-_-=-•- 1,,,,,54 votd., ,,.,i.,,,. ... ______ _.,••_,-, ,=_____ _L-.---- 2WITdavV.Vebrurrii,2016. - i 1,1 ""-- ------ ----- Attested and Certified . . • • • ,I ,,.Tito, • AXIS Insuran -/ in.an . • . • • • ,•_r_A ___.wr.z•4%-•°,:- &II, A_ ...-.:3..- .----1= =_ -1'...--.._,- -,..--..-. ..L • ' - Ew' . .... ,-,,,,,,,..,:,.,',!!:-.L.ii! 1.--.,,,,! IS.1 Vli'' w...---,_---, -...- = 1.....--=--.... .-__..--,-,---_-----,----_.-- - ;4-1 ,,..,-,---y.fti a r Seat]tie-f,'OF •Fib, • .. 4..t;f:73.:.';-.7,--: ---._ -__:.... . -',----- 7.----'..---= .--= - -= == . ."-'-=-=._. _.__;_------ ..=-: -',-- Vri.-.,t !.::1'...1,C,:l.' ON ,' . 11,' i"-=.=.--,.--L.' -''' . ..-'=-: -__ ^Zu..',. ., ..-,-, 144.7,. •-/... = ' ''' ttii. .. • - • Printed Name: Andrew M.Weissert ei ----- • . • • • Title: Senior Vice President • • •. • • • • __ . • . • - • . • • • • - . - - -.51,- ±-7.-,..-, ,..,..`i.,•'_,..±-_ , _ ..,_-___ „- • - we.glik,,,,, Fil IrlIFINItL-,----- ---=-•- •••,, '':i4::;;•;-';':V•74", .-,1,1 gS.'-kr•ti .r7,771.-'-'=-._ ---- '• --.-7-,--_,..... ..1:1=-.......--='•'.-_,....7 -.---,. _ "--. . 1"-',....,7----i' 14 Ail., 1,14. 0„,,, II 01. E--...-.7--'''7...1:-.,-.---,-,-..:. • =:.. .,-_ .,----=-._=.- -=-7. '§vikitri..qpc:•Rowi',-4Z-'-t-7 7-- t_--7:7 f-" ,-r-'- li.-6.2'.. • =fr. 1"-._... . ,,:-=_.-'717,1-.._, -.-._,--.,.-.-.. i=-_--,,,.,...,--._=,--,..= .'''''•-Kt'. 1,1.e..„W 0111,11 . MariiiittaUftbkiF7. ______ 7-ii-VA.Y.=- .T.:- ... 1011. ' r 1,ddll•,q11 ph.iit 40. • -_- . .---- . 0r.0142. .• . .. . . . . ------•=,• -,----- . - - - - • 165°5'..• - '• ' --=----7 Before me personally came A:nclrew•M.Weissert,. Senior Vice Président of AXIS Insurance Companyto me k4i 0 VA1 40C,.be the individual and officer described-herein, . Who acknowledged that they being duly authorized signed,sealed with the corporate seal and delivered the by the authority and direction:of said Company. . . . . . •• - ,..__=,._.__ .=_-___-._.__ , __.: • . - '''==-____ oliiiiiiiiiii;, . .„.,_ _m_,,,. ;,,,,,,T,,m.,4 •r.31 Plfa'afakedifieroffie • . ftTIOAKNZ,=EOM have hereunto.seti•m44an,, .. .,, Y ., ial seal. .-_.-- , ----,.‘‘ -----; /-• -•- `'----Z L_---%=:&IDA ,,, '6"," E--..---„..--..*-v-. -., v4i-.. - ,4,1''''",t,...,-,,, -...- ---. - 1 2s,____--- -------- .7,-.' o M rt),:-. cr-rs---k-ze., .s.-77•: '''''-'7' ...,-'-'.- 4.,7--.7.**`-:-. -- --- ,_,_ --,--- • s, •• • s•.-"-- ....."• ' ..----, ......-.• • i'MY -'1' /. • ----- 7=- . "A ILt-': •'" -- - --': .". . . . z....:: ,,„ 1.4 NOTApk.co; ---: - • • . • • =-0 !. . ,"4.0no i ,,z = . • - •Notary.Public• • • • '. •= . cliBLIC• -7-- • • • • . . • . • - . • • • • . - • ''.f., '..0 Orpint.5 :4-• 0 . . • _,..- ta•-f2-.1_,_ • • • _ . ifit.-f•Z;n77s. '-,..2-'4'''54-11- 7-'6; - _ ---- •-- -.=_..''--_----_ ". -- m-: ..,.7-.±. • • Illi ? 20..''.0 • - _-_-7-•-= =, - •?1, ii i '41 11 PP';.11:116 ' . - ..•• -‹*---4.`M.'=--.,_-,-._ ...--_..,•..= -‘ rERWIeAVOn 4: th., "".__.• _ "&. --.=M- =; = • . C:'t6.11 ,,, 1,1 ,. ik i.,; .11e 0 1,..'l 0 .... ,G ....-.. :-.,.. '4- '--M,•-•=.-:-----:="------- -=-.. . W i;.•-FA:IN .t:.-'-'.e ZLI........,._..1 . ''.•.--- -.. ---. .. '--' ---,=:=7.' ---1.------_f-.1 .,..,-._.s.. = ''=- '--=-- • • ' Wif 4i" kii:i w,,t,m1,10e4, . UNT/. .,,,,.__;.______-__.„ im:. ----_---_.=-_,_---- .. .:,%.4 ,•,,,,,,,,,,. ..,,,,--m, -,.. - .. • --,---------...-_,--=. --- -.. .,___ . • ___. -- . , , • - . - . . ... I. Richard Zarandona, Vice President.Surety&AsSistant Secretary of AXIS Insurance CompAoy,do hereby certify° that the attached Power of Attornei dated L/2.:c.i./.2_0 1 ( on behalf of the person(s).as iiited above is a true and,correct copy and the same has been in full force and effect Since'the date,thereof and is in full•foree•ancreffeet on the date 'of this certificate;and!do further certiN-that the said 'Andrew.lif;Wei§sert.i who executed the Power of Attorney;was,a duly ' ..elected Vice Presid Si pf AXIS Insurance Company on the,clateoft„execiiipnzf the attached PoWeenf Am _---_ ..„;_,„. -_____-----_-.:,.. .._=.- -1-3.•=....7--=--=, °T,) RtilirfilniN NII 14,1"Vittli . :--- -'•-- -',.._-- -- ----;,=------__:-.-= ----=--_:_• ' --M , ------ ,r4-'' ,ffl,.•-- •,. ,, -Ot'A •.•-=•-.--1--• •,-----±-••,_-:----7-.• •-_.-_-__-• M:.,,- 11 i•• .1 1.'',..! ' ,.: ii,.64 i,, 4. • --.. .,-.._W.---:----,---_:2-----, ' ---=' • . • %%Aril ibft 1..liAl ki% '11.14.1' • • ----- _-_-_4',= •-------•'------------------ ---7.--- •• • • -t-a G7.-',,-.- 0.•Kcd ttztv-W'' • --------___ ViiiP '•'''' 4d ' gkv INWTINIMW°W--PEEREOF,I have hereunto se , ,fiandtaati1 •ita teVorporate seat of AXIMOrMiWripW r•Yr--- - this3 day of alf\-e. ,2016 . . the) • • . . ' . . • . . . • • • . - • -. • .7.0,_,g,4',a.._..„,-7't..-._,-.kr4.,me.0,-.:7.. 4aEh,7ltr.a.„..,r..7,tf-T--,-,i.--7„0---s.-.,c7(-,1F,.-.,.t--,-1 •. • ... • ....=7).-,.-1. ,e L=---_----_•='-.,,_-./ . '. •• . 0a . _. "Ii'Ti-,1t1.;•A,.1..,.At l,•z111r1i',-g t''11114'iMe•it•.dII1I,lr 1 1;,S.:-.. ',r`,Z•AJ,,-!' • . WW = == PrdNi 'RiciZarandona . _ • .----'.----------±-.----.,_ -__-==--_.----_-__,_-7---_..•--=..--_,--__-_•'•.._0__.•_'E.-_-&-;___--1_W-.-:,]_-------„Y_-±--_-7_------,.._t--_= - --------- • 0 . . . • . . . • , • - • • ' Title: Vice President,Surety • . . • • . • - -,,==.:-.•-.-,-f7.•---.:--.-.-T7._=.-=.._--,7.:--=,-,;-.-----:=F.,...„,,._-_-H.,ff.,;:--..,','-_L=._E,-__f,4,-,--,:,---...J.'-.-.:••...,-.-„--.-,--,---7---___---_-=,_----_-----_'-----.• .---•-.- ..- ...-'0!-I.ft?1,,;.1/4, V7--.W”13 ,';..p-,rr!,Y•t:4„. -. • 7•-:7,-.-,-..;-_:i-----:.-g-,,w..-.*.___i.-s•f7.t-.1..__7___.-.==-',.i•-.=-_.._,.-_.-.,-._.''r.'.,..,.'a-.=.--.r",..'-X---.-i-a_-7---7----_,--.7.W..-:.7,--=.•_,_=-. 4t 1 ,. . ,11^,;',.' -;)•,-0,'1:".;4,:•:' •-5:''',,,- '''''''''-`3 ..,....-' .4"-, '..":'.77.--':' • lig' ''..!' ;.,, . ..-1.1 I ''' - '''.:.-- --=.; ----F--- _,---- -T=. - .1.-1..1,11:. ---igii :•• '''' -'' . . • CERTIFICATE AS TO CORPORATE PRINCIPAL I,,Ted T,andrPy ,certify that I am the N/A , , Secretary of the Corporation named as Principal in the within bond; that ,who signed the said bond on behalf of the Principal was then of said corporation;that I know his signature,and his signature thereto is genuine; and that said bond was duly signed,sealed, and attested to,for and in behalf of said corporation by authority of this governing body. Corporate Seal Title: N/A Power-of-attorney for person signing for surety company must be attached to bond. PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor or Company) (Address) a , hereinafter called Principal, (Corporation/Partnership) and (Name of Surety Company) (Address) hereinafter called Surety, are held and firmly bound unto (Name of Recipient) (Recipient's Address) hereinafter called OWNER, in the penal sum of$ Dollars, $ in lawful money of the United States, for this payment of which sum well and truly to be made, we bind ourselves, successors, and assigns,jointly and severally, firmly by these presents. THE CONFIDENTIALITY OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER, dated the day of , a copy of which is hereto attached and made a part hereof for the construction of: (Project Name) NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUB- CONTRACTORS, and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such WORK whether by SUB-CONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED, FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. • IN WITNESS WHEREOF, this instrument is executed in counter-parts, each on of (Number) which shall be deemed an original, this the day of ATTEST: (Principal) By (s) (Principal Secretary) (SEAL) (Witness as to Principal) (Address) (Address) ATTEST: (Surety) By (Witness as to Surety) (Attorney in Fact) (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor or Company) (Address) a hereinafter called Principal, and (Name of Surety Company (Address) hereinafter called Surety, are held and firmly bound unto • (Name of Recipient) (Recipient's Address) hereinafter called OWNER, in the penal sum of$ Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made we bind ourselves, successors, and assigns,jointly and severally, firmly in these presents. THE CONDITION OF THIS OBBLIGATION is such that whereas, the Principal entered into a certain contract with the OWNER dated the _day of , a copy of which is hereto attached and made a part hereof for the construction of: NOW THEREFORE, if the Principal shall well, truly and faithfully perform its duties in all the undertakings, covenants, terms, conditions, and agreements of said contract during the original term thereof, and any extensions thereof which may be granted by the OWNER, with or without notice to the Surety and during the one year guaranty period, and if he shall satisfy all claims and demands incurred under such contract, and shall fully indemnify and save harmless the OWNER from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER may incur in making good any default, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that the said Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any way affect its obligation on this BOND, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS. PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in counterparts, each one of which shall be deemed an original, this the day of ATTEST: (Principal) By (s) (Principal Secretary) (SEAL) (Witness as to Principal) (Address) (Address) ATTEST: (Surety) By (Witness as to Surety) (Attorney in Fact) (Address) (Address) NOTE: Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership, all partners should execute BOND. ATTORNEY'S REVIEW CERTIFICATION I, the undersigned, , the duly authorized and acting legal representative of the , do hereby certify as follows: I have examined the attached contract(s) and surety bonds and am of the opinion that each of the agreements may be duly executed by the proper parties, acting through their duly authorized representatives; that said representatives have full power and authority to execute said agreements on behalf of the respective parties; and that the agreements shall constitute valid and legally binding obligations upon the parties executing the same in accordance with terms, conditions and provisions thereof. Attorney's signature: Date: Print Attorney's Name: Copeland Act Regulations Title 29 -- LABOR PART 3--CONTRACTORS AND Subtitle A-- Office of the SUBCONTRACTORS ON PUBLIC Secretaryof Labor BUILDING OR PUBLIC WORK FINANCED IN WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES Sec. minimum wage provisions of the Davis-Bacon 3.1 Purpose and scope Act and the various statutes dealing with 3.2 Definitions Federally-assisted construction that contain 3.3 Weekly statement with respect to payment similar minimum wage provisions, Including of wages those provisions which are not subject to 3.4 Submission of weekly statements and the Reorganization Plan No. 14(e.g.,the College preservation and inspection of weekly payroll records. Housing Act of 1950,the Federal Water • 3.5 Payroll deductions permissible without Pollution Control Act,and the Housing Act of application to or approval of the Secretary 1959),and In the enforcement of the overtime of Labor. provisions of the Contract Work Hours 3.6 Payroll deductions permissible with the Standards Act whenever they are applicable to approval of the Secretary of Labor. construction work. The part details the 3.7 Applications for the approval of the obligation of contractors and subcontractors Secretary of Laborrelative to the weekly submission of statements •• 3.8 Action by the Secretary of Labor upon regarding the wages paid on work covered applications. 3.9 Prohibited payroll deductions. thereby;sets forth the circumstances and 3.10 Methods of payment of wages. procedures governing the making of payroll 3.11 Regulations part of contract deductions from the wages of those employed on such work;and delineates the methods of AUTHORITY: The provisions of this Part 3 payment permissible on such work. Issued under R.S. 161,sec.2,48 Stat.§48;Reorg. Plan No. 14 of 1950,64 Stat.1267,5 U.S.C. Section 3.2 Definitions. Appendix;5 U.S.C.301;40 U.S.C.276c. SOURCE: The provisions of this Part 3 appear As used in the regulations in this part: at 29 F.R.97,Jan.4.1984.unless otherwise noted. (a) The terms building or"work" generally include construction activity as Section 3.1 Purpose and Scope. distinguished from manufacturing,furnishing of materials,or servicing and maintenance work. This part prescribes"anti-kickback" The terms include,without limitation.buildings, regulations under section 2 of the Act of June structures,and improvements of all types,such 13, 1934,as amended(40 U.S.C.276c), as bridges,dams,plants,highways, parkways, popularly known as the Copeland Act. This streets,subways,tunnels,sewers,mains. part applies to any contract which is subject to powerlines,pumping stations, railways, Federal wage standards and which is for the airports,terminals,docks, piers,wharves, construction,prosecution,completion,or repair ways,lighthouses, buoys.jetties, breakwaters, of public buildings,public works or buildings or levees,and canals;dredging, shoring, works financed in whole or in scaffolding,drilling,blasting,excavating, part by loans or grants from the United States. clearing,and landscap Ing. Unless conducted The part is intended to aid in the enforcement in connection with and at the site of such a of the building or work as is described in the foregoing sentence,the manufacture or furnishing of materials,articles, supplies, or equipment(whether or not a Federal or State agency acquires title to such materials, subsidiary or otherwise,and an officer or agent articles, supplies,or equipment during the of such corporation. course of the manufacture or furnishing,or (g) The term "Federal agency"means owns the materials from which they are the United States,the District of Columbia,and manufactured or furnished)is not a"building" all executive departments, independent or"work"within the meaning of the regulations establishments,administrative agencies,and in this part. Instrumentality's of the United States and of (b) The terms"construction," the District of Columbia, including corporations, "prosecution,""completion,"or"repair"mean all all or substantially all of the stock of which is types of work done on a particular building or beneficially owned by the U nited States, by the work at the site thereof,including,without District of Columbia,or any of the foregoing limitation,altering, remodeling,painting and departments,establishments,agencies,and decorating,the transporting of materials and Instrumentality's. supplies to or from the building or work by the (29 FR 97,Jan.4.1964,as amended at 33 FR 32575,Nov.27, employees of the construction contractor or 1973} construction subcontractor,and the Section 3.3 Weekly statement with manufacturing or furnishing of materials, respect to payment of wages. articles, supplies,or equipment on the site of the building or work,by persons employed at (a) As used in this section,the term the site by the contractor or subcontractor. "employee"shall not apply to persons in (c) The terms"public building" or classifications higher than that of laborer or "public work"include building or work for mechanic and those who are the immediate whose construction,prosecution,completion, supervisors of such employees. or repair,as defined above,a Federal agency (b) Each contractor or subcontractor is a contracting party,regardless of whether engaged in the construction,prosecution, title thereof is in a Federal agency. completion,or repair of any public building or (d) The term "building or work financed public work,or building or work financed in in whole or in part by loans or grants from the whole or in part by loans or grants from the Unites States"Includes building or work for whose construction, prosecution,completion, United States,shall furnish each week a orstatement with respect to the wages paid each repair,as defined above,payment or part payment is made directly or indirectly from of its employees engaged on work covered by 29 CFR Parts 3 and 5 during the preceding funds provided by loans or grants by a Federal agency. The term includes building or work for weekly payroll period. This statement shall be which the Federal assistance granted is in the executed by the contractor or subcontractor or form of loan guarantees or insurance. by an authorized officer of employee of the contractor or subcontractor who supervises the (e) Every person paid by a contractor payment of wages,and shall be on form WH or subcontractor In any manner for his labor in the construction,prosecution,completion,or 348,"Statement of Compliance, or on an repair of a public building or public work or identical form on the back of WH 347,"Payroll building or work financed in whole or in part by (For Contractors Optional Use)"or on any form loans or grants from the United States is with identical wording. Sample copies of WH 347 and WH 346 may be obtained from the "employed"and receiving"wages,"regardless Government contracting or sponsoring agency, of any contractual relationship alleged to exist between him and the real employer, and copies of these forms may be purchased (f) The term"any affiliated person" at the Government Printing Office, includes a spouse,child,parent,or other close (c) The requirements of this section shall not apply to any contract of$2,000 o r relative of the contractor or subcontractor;a less. partner or officer of the contractor or subcontractor;a corporation closely connected (d) Upon a written finding by the head of a Federal agency,the Secretary of Labor with the contractor or subcontractor as parent, may provide reasonable limitations,variations, tolerances, and exemptions from the (a) Any deduction made in compliance . requirements of this section subject to such with the requirements of Federal,State,or conditions as the Secretary of Labor may local law,such as Federal or State withholding specify. income taxes and Federal soctal security (29 F.R.95,Jan.4,1964,as amended at 33 F.R.10188,July taxes. (b) Any deduction of sums previously Section 3.4 Submission of weekly paid to the employee as a bona fide statements and the preservation and prepayment of wages when such prepayment inspection of weekly payroll records. is made without discount or interest. A"bona fide prepayment of wages"is considered to (a) Each weekly statement required have been made only when cash or its under§3.3 shall be delivered by the contractor equivalent has been advanced to the person or subcontractor,within seven days after the employed in such manner as to give him regular payment date of the payroll period,to a complete freedom of disposition of the representative of a Federal or State agency in advanced funds. charge at the site of the building or work,or If (c) Any deduction of amounts required by court process to be paid to another,unless, there is no representative of a Federal or State the deduction is In favor of the contractor, agency at the site of the building or work,the statement shall be mailed by the contractor or subcontractor or any affiliated person,or when subcontractor,within such time,to a Federal or collusion or collaboration exists. State agency contracting for or financing the (d) Any deduction constituting a building or work. After such examination and contribution on behalf of the person employed check as may be made, such statement,or a to funds established by the employer or copy thereof,shall be kept available,or shall representatives of employees,or both,for the be transmitted together with a report of any purpose of providing either from principal or violation, in accordance with applicable income,or both, medical or hospital care, procedurespensions,or annuities on retirement,death prescribed by the United States Department of Labor. benefits.compensation for injuries,illness, (b) Each contractor or subcontractor accidents,sickness,or disability,or for shall preserve his weekly payroll records for a insurance to provide any of the foregoing,or period of three years from date of completion unemployment benefits,vacation pay, savings of the contract. The payroll records shall set accounts, or similar payments for the benefit of out accurateiy and completely the name and employees,their families and dependents: address of each laborer and mechanic,his Provided, however,That the following correct classification, rate of pay,daily and standards are met: (1)The deduction is not weekly number of hours worked,deductions otherwise prohibited by law;(2)it is either:(I) made,and actual wages paid. Such payroll Voluntarily consented to by the employee In records shall be made available at all times for writing and in advance of the period in which inspection by the contracting officer or his the work is to be done and such consent is not authorized representative,and by authorized a condition either for the obtaining of or for the representatives of the Department of Labor. continuation of employment,or(ii)provided for In a bona fide collective bargaining agreement Section 3.5 Payroll deductions between the contractor or subcontractor and permissible without application to or representatives of its employees;(3)no profit approval of the Secretary of Labor. or other benefit is otherwise obtained,directly or indirectly.by the contractor or subcontractor Deductions made under the circumstances or or any affiliated person in the form of in the situations described in the paragraphs of commission,dividend,or otherwise;and(4) this section may be made without application the deductions shall serve the convenience to and approval of the Secretary of Labor: and interest of the employee. (e) Any deduction contributing toward the purchase of United States Defense Stamps and Bonds when voluntarily authorized by the such consent is not a condition either for the employee. obtaining of employment or its continuance;or (f) Any deduction requested by the (2)provided for in a bona fide collective employee to enable him to repay loans to or to bargaining agreement between the contractor purchase shares in credit unions organized or subcontractor and representatives of its and operated in accordance with Federal and employees. State credit union statutes. (38 F.R.9770,May 28,1971.) (g) Any deduction voluntarily Section 3.6 Payroll deductions authorized by the employee for the making of permissible with the approval of the contributions to governmental or quasi- Secretary of Labor. governmental agencies,such as the American Red Cross. • Any contractor or subcontractor may apply to (h) Any deduction voluntarily the Secretary of Labor for permission to make authorized by the employee for the making of any deduction not permitted under§3.5. The contributions to Community Chests,United Secretary may grant permission whenever he Givers Funds,and similar charitable finds that organizations. (i) Any deductions to pay regular union (a) The contractor,subcontractor,or initiation fees and membership dues, not any affiliated person does not make a profit or including fines or special assessments: benefit directly or indirectly from the deduction Provided, however, That a collective either In the form of a commission,dividend,or bargaining agreement between the contractor otherwise; or subcontractor and representatives of its (b) The deduction is not otherwise employees provides for such deductions and prohibited by law; the deductions are not otherwise prohibited by (c) The deduction is either(1) law. voluntarily consented to by the employee in a) Any deduction not more than for the writing and in advance of the period in which "reasonable cost"of board,lodging,or other the work is to be done and such consent is not facilities meeting the requirements of section a condition either for the obtaining of 3(m)of the Fair Labor Standards Act of 1938. employment or its continuance, or(2)provided as amended,and Part 531 of this title. When for in a bona fide collective bargaining such a deduction is made the additional agreement between the contractor or records required under§516.27(a)of this title subcontractor and representatives of its shall be kept. employees;and (k) Any deduction for the cost of safety (d) The deduction serves the equipment of nominal value purchased by the convenience and interest of the employee. employee as his own property for his personal protection In his work,such as safety shoes, Section 3.7 Applications for the approval safety glasses,safety gloves,and hard hats, if of the Secretary of Labor. such equipment is not required by law to be furnished by the employer,if such deduction is Any application for the making of payroll not violative of the Fair Labor Standards Act or deductions under§3.6 shall comply with the prohibited by other law,if the cost on which the requirements prescribed in the following deduction is based does not exceed the actual paragraphs of this section: cost to the employer where the equipment Is (a) The application shall be in writing purchased from him and does not include any and shall be addressed to the Secretary of direct or indirect monetary return to the Labor. employer where the equipment is purchased (b) The application need not identify from a third person, and if the deduction is the contract or contracts under which the work either(1)voluntarily consented to be the in question Is to be performed. Permission will employee in writing and in advance of the be given for deductions on all current and period in which the work is to be done and future contracts of the applicant for a period of 1 year. A renewal of permission to make such Section 3.11 Regulations part of contract. payroll deduction will be granted upon the submission of an application which makes All contracts made with respect to the reference to the original application,recites the construction,prosecution, completion,or repair date of the Secretary of Labor's approval of of any public building or public work or building such deductions,states affirmatively that there or work financed In whole or in part by loans or is continued compliance with the standards set grants from the United States covered by the forth In the provisions of§3.6,and specifies regulations in this part shall expressly bind the any conditions which have changed in regard contractor or subcontractor to comply with to the payroll deductions. such of the regulations in this part as may be (38 F.R.9770,May 28,1971.) applicable. In this regard,see§5.5(a)of this (c) The application shall state subtitle. affirmatively that there is compliance with the standards set forth In the provisions of§3.6. The affirmation shall be accompanied by a full statement of the facts indicating such compliance. (d) The application shalt include a description of the proposed deduction,the purpose to be served thereby,and the classes of laborers or mechanics from whose wages the proposed deduction would be made. (e) The application shall state the name and business of any third person to whom any funds obtained from the proposed deductions are to be transmitted and the affiliation of such person,if any,with the applicant. Section 3.8 Action by the Secretary of Labor upon applications. The Secretary of Labor shall decide whether or not the requested ded uction is permissible under provisions of§3.6;and shall notify the applicant in writing of his decision. Section 3.9 Prohibited payroll deductions. Deductions not elsewhere provided for by this part and which are not found to be permissible under§3.6 are prohibited. Section 3.10 Methods of payment of wages. The payment of wages shall be by cash, negotiable instruments payable on dem and,or the additional forms of compensation for which deductions are permissible under this part. No other methods of payment shall be recognized on work subject to the Copeland Act. CERTIFICATION OF PROPOSED SUBCONTRACTOR REGARDING SECTION 3 AND SEGREGATED FACILITIES Inland Environments Ltd. Asbestos Abatement & Demolition Name of Prime Contractor of 3 Commercial Properties Project Name &Number The undersigned hereby certifies that: (a) Section 3 provisions are included in the Contract, lPc (b) A written Section 3 plan was prepared and submitted as part of the bid proceedings(if bid equals or exceeds$10,000),and (c) No segregated facilities will be maintained Jed Landrey, Vice President Name &Title of Signer(Print or Type) 6/.14/16 •gnatur Date • F•: INLAND �� ENVIRONMENTS ud LTD. �emmiammi Environmental & Demolition Contractors Inland owns and operates the following equipment: Trucks: Trailers: • 2011 Mack Haul Truck CH 18 • (2)2012—7'x16' Cargo Trailers • 2011 Mack Rolloff Truck • 2013 Etnyre Haul Trailer • 2007 Mack Rolloff Truck • 2007 Lowboy Trailer • 2005 Mack Rolloff Truck • 2006 Gallagos End Dump Trailer • 1998 Peterbilt Rolloff Truck • 2001 Cargo Trailer • 1992 Volvo Tractor Trailer • 1999 HMDE Utility Trailer • 2001 International Box Van • 1998 Cargo Trailer • 1997 Cargo Trailer • 1995 Cargo Trailer • 1980 Load King Haul Trailer Equipment: Misc Equipment: • 2012 John Deere 350G Excavator • 35 Various sized Waste Containers • 2009 John Deere 270D Excavator 20, 30&40 Yards • 2008 John Deere 350D Excavator • • 2007 John Deere 200C Excavator • 2006 John Deere 200C Excavator • 2011 John Deere 160 Excavator • 1991 Yutani 320 Excavator • 1995 Cat 307 Mini Excavator • 2001 Caterpillar Roller/Compactor • 2005 John Deere 650J Dozer • Caterpillar D5 Dozer • 2008 Bobcat S300 Skid Steer • 2003 Bobcat T200 Skid Steer • Grapple Buckets(2) • Okada Hydraulic Hammer • Lull Forklift • Caterpillar Forklift • TCM Forklift • Generators—5 KW,20 KW, • 50 KW& 90 KW PO Box 6751, Kingwood,TX 77325 • 281-354-7500 • Fax 281-354-7540 Offices in the Greater Houston and Golden Triangle Areas ,740„.1A/ TEXAS DEPARTMENT OF STATE HEALTH SERVICES INLAND ENVIRONMENTS LTD is certified to perform as a Asbestos Abatement Contractor in the State of Texas within the purview of Texas Occupations Code, chapter 1954, so long as this license is not suspended or revoked and is renewed according to the rules adopted by the Texas Board of Health. DAVID LAKEY,M.D. COMMISSIONER OF HEALTH License Number: 800685 Expiration Date: 2/3/2017 Control Number: 96152 (Void After Expiration Date) VOID IF ALTERED NON-TRANSFERABLE �PTEO� 1 TEXAS DEPARTMENT OF STATE HEALTH SERVICES INLAND ENVIRONMENTS LTD is certified' to perform as a Asbestos Transporter in the State of Texas within the purview of Texas Occupations Code, chapter 1954, so long as this license is not suspended or revoked and is renewed according to the rules adopted by the Texas Board of Health. DAVID LAKEY,M.D. COMMISSIONER OF HEALTH License Number: 400247 Expiration Date: 8/25/2017 Control Number: 96166 (Void After Expiration Date) ) VOID IF ALTERED NON-TRANSFERABLE r it[6s GLENN HE GAR TEXAS COMPTROLLER OF PUBLIC ACCOUNTS The Texas Comptroller of Public Accounts (CPA) administers the Statewide Historically Underutilized Business (HUB) Program for the State of Texas,which includes certifying minority and woman-owned businesses as HUBs and is designed to facilitate the participation of minority and woman-owned businesses in state agency procurement opportunities. We are pleased to inform you that your application for certification/re-certification as a HUB has been approved. Your company's profile is listed in the State of Texas HUB Directory and may be viewed online at http://www.window.state.tx.us/procurement//cmbl/hubonly.html. Provided that your company continues to meet HUB eligibility requirements, the enclosed HUB certificate is valid for four years. You must notify the HUB Program in writing of any changes affecting your company's compliance with the HUB eligibility requirements, including changes in ownership, day-to-day management, control and/or principal place of business. Note:Any changes made to your company's information may require the HUB Program to re-evaluate your company's eligibility. Please reference the enclosed pamphlet for additional resources,such as the state's Centralized Master Bidders List(CMBL), that can increase your chance of doing business with the state. Thank you for your participation in the HUB Program! If you have any questions, you may contact a HUB Program representative at 512-463-5872 or toll-free in Texas at 1-888-863-5881. • (MA —_ c:�`t�(r t r`�lt o fsleaSi; ,t .1 -N tom} 1" .��' trr3• It riiP Z .JC1�,JJt, Ta ca.l`i '9i ((1.)\? Ptv' .. ......:':ri.,� l : ,.,;®. _ ® (i NTS, L i has successfully met the established requirements of the State of Texas Historically Underutilized Business (HUB) Program to be recognized as a HUB. This certificate printed 23-OCT-2015, supersedes any registration and certificate previously issued by the HUB Program. If there are any changes regarding the information (i.e., business structure, ownership, day-to-day management, operational control, business location) provided in the submission of the business' application for registration/certification as a HUB, you must immediately(within 30 days of such changes) notify the HUB Program in writing. The CPA reserves the right to conduct a compliance review at any time to confirm HUB eligibility. HUB certification may be suspended or revoked upon findings of ineligibility. 90-RAP A. Cc . .- - ' .Xf](E„js)) Iti Z.r`'rI i,.riat Mr.!weljtv( ... * ��'Cf r:rArat,?ilr j..vr(? %}et-e�,R1ci1=C'+?1 I”jpH'9ai$,#1tre1 .)( iLl4:)' iia(sfs.l?("c7!).CIT`ali°t..it1i_'-'1 I-c:a;: s•d'.;orEtJer:I s!?{Ysz e e-'? e9 ,Jit1x'k•1,y A rtLl_a o'.-1 j st a14 Olt(W.,' I _id_eveli 1,4,:(F.:1-.1: 2) z440:4 -(et eldl( it _�a;s)+td A\..J�ta`.7gi.�Boit fa3�T•vla vyl�fi t -1 a'= 11��Y�Cy�tiYSV y-}-'''4 �,ry7�(t)Qfy.. It i:.} tC�c�t Ei{�eyvl�[9e) eft 71 ��•ye,,�':�s -a ircAts!,,} CItT �•i t(tit 6t'! .:.(°RJ;1-S.7fE G yR::a rFl�%f9 iI. (.111)1/1Yr��rl Ar��.4..1 et°�i�/ ,S� b{.d151)(i4!.1,a A'CItfe1 ti 11-ii4WIR!1 1f��1�Cf 1Y:B�•l.F30,l1(iJr71!).iPC M01% ilfe,ifr:311':1( ?%tj:.�E••1 w . , r .Ac Rio aA CERTIFICATE OF LIABILITY INSURANCE DATE(MM(DD/YYYY) ''� 06/07/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS • CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. !..THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN .THE ISSUING INSURER(S), AUTHORIZED" ' REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. • IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies)must be endorsed. •If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCEREACT SHAWN WYATT THE WYATT AGENCY C%Eat:936-291-3074VA No):936-291-1217 1300 11TH STREET ADDRESS: ARGO1(O SBCGLOEAL.NET SUITE 305-E. INSURER(S)AFFORDING COVERAGE NAIC It HUNTSVILLE,TX 77340 INSURER A: ARCH SPECIALTY INS.CO. 21199 INSURED INSURER B: NATIONWIDE MUTUAL 23787 • INLAND ENVIRONMENTS,LTD. INSURER C:TEXAS MUTUAL INSURANCE CO. 22945 P.O.BOX 6751 INSURER D: KINGWOOD,TX 77325 INSURER E: • INSURER F: COVERAGES CERTIFICATE NUMBER: 100085 REVISION NUMBER: • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE:LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.pLIMITS•SHOWN SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTSRR TYPE OF INSURANCE WSRL WVD POLICY NUMBER (MPOUCY EFF MID Y • (MMIDD EXP LIMITS . -. . :.A GENERALLIABIUTY 12 EMP 43854 09 4/11/16 4/11/17 EACH OCCURRENCE ' $ 1,000,000 X COMMERCIAL GENERAL UABRITY iiit ISEESO Eotleoed D nce) s - 50,000 • ILIUMS MADE X OCCUR MED EXP(Any one Person) $ • 5.000 X ASBESTOS PERSONAL&ADV INJURY $ 1,000,000 X POLLUTION LIABILITY GENERAL AGGREGATE _ $ 2,000,000 GEN'L AGGREGATEGA� LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 2,000,000 -1 POLICY I X I JE&' n LOC � �p. . $ • B AUTOMOBILE LIABILITY ACP 5535828659 9123/15 9/23/16 (E�aMsaccid n}t INGLE UMR $ 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ • ALL OWNED SCHEDULED • " AUTOS L _ AUTOSBODILY INJURY(Per accident) 5 • X HIRED AUTOS X pUTO-SWNED P�( 2O�PeerrPEERRTel AMAGE' '• $ . X MCS-90 S A X UMBRELLA UABX OCCUR 12 EMX 71882 05 . 4/11/16 4/11/17 EACH OCCURRENCE $ EXCESS UAB CLAIMS-MADE . AGGREGATE $ • X OED I RETENTION$ WORKERS COMPENSATION 0001168896 6/5/16 6/51 7 X TORT i"IMi�T R $C' AND EMPLOYERS'LIABILITY Y!N ANY OFFlCER PRIEr ERDRNERJPCECLMVE N/A EL-EACH ACCIDENT S 1,000,000 " (Mandatory in NH) , !f yes,describe under EL DISEASE-EA EMPLOYEES 1,000,000 _ DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT S 1,000,000 A 12 EMP 43854 09 4/11/16 4/11/17 $1.000,000 OCCURRENCE MOLD LIABILITY • $1,000;000AGGREGATE CLAIMS MADE DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) • BLANKET ADDITIONAL INSURED(EXCEPT WORKERS'COMP)AND WAIVER OF SUBROGATION ON ALL POLICIES IS PROVIDED PER POLICY LANGUAGE AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER ! CANCELLATION • SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 'I THE EXPIRATION DATE.THEREOF, NOTICE WILL BE DELIVERED IN • CITY-OF PORT ARTHUR ACCORDANCE WITH THE POLICY PROVISIONS. 444-4TH STREET •--) PORT ARTHUR,TX 77641 AUTHORIZED RIPRESENTATIV v !-.l 0 ! I � C./ \ • ©1988-2010 ACORD CORPORATION. All rights reserved. 1ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 1