Specifications and Contract Documents for Asbestos
Total Page:16
File Type:pdf, Size:1020Kb
SPECIFICATIONS AND CONTRACT DOCUMENTS FOR ASBESTOS ABATEMENT AND DEMOLITION OF STRUCTURES AT THE NW CORNER OF CUSTER ROAD AND LOOKOUT DRIVE Project Bid No. 27-19 Prepared By: ENSAFE INC 4545 FULLER DRIVE, SUITE 342 IRVING, TEXAS 75038 Prepared For: CITY OF RICHARDSON 411 W. ARAPAHO ROAD, SUITE 204 RICHARDSON, TEXAS 75080 December 2018 NOTICE TO CONTRACTORS CITY OF RICHARDSON ASBESTOS ABATEMENT AND DEMOLITION OF STRUCTURES AT NW CORNER OF CUSTER ROAD AND LOOKOUT DRIVE BID No. 27-19 Sealed bids shall be addressed to the Purchasing Manager and received in the Purchasing Department located in City Hall/Civic Center Building at 411 West Arapaho Road, Suite 101, Richardson, Texas 75080, prior to 2:00 p.m. on Thursday, January 3, 2019. Bids will be opened and read aloud at 2:30 p.m. the same day in the Capital Projects Conference Room, Suite 206, for furnishing all labor, materials, tools and equipment, and performing all work required including all appurtenances for: The project includes asbestos abatement and building demolition of the buildings located at 2611 Custer and 500 Lookout in Richardson, Texas. The positive asbestos containing material is summarized in the table below. Address Material Name Quantity 500 Lookout Cinder block wall tan finishing compound (interior) 2,200 square feet 2611 Custer White Caulk, exterior siding 200 linear feet 2611 Custer Off white window caulk (drive thru window) 100 linear feet 2611 Custer White surface compound (hall, restroom, kitchen) 1,000 square feet 2611 Custer Off white finishing plaster (south and west cinder block 1,000 square feet walls) 2611 Custer White tile mortar (restrooms and kitchen) 400 square feet All asbestos abatement activities must be conducted in accordance with applicable Texas Department of State Health Services regulations and in accordance with the project specifications prepared by Wiberg Environmental Consulting, LLC. Only wet removal techniques will be allowed. CONTRACTOR shall perform the removal of all ACMs using approved wet methods in accordance with the following minimum requirements: 1. Abatement will be one building at a time in sequence. 2. All work will be performed in accordance with EPA, OSHA, TDSHS, and other applicable regulations. 3. Non-asbestos components are to be removed within a negative pressure containment. CONTRACTOR may decontaminate out non-asbestos components as general construction debris provided all ACMs are removed from these materials and wiped down. 4. All interior surfacing compound, finishing compound, finishing plaster, wall tile mortar, and interior window caulk will be removed in full containments within the regulated areas. 5. Exterior caulk and siding will be removed following NESHAP regulations and wet removal. 6. In addition to the negative air machines used to obtain differential pressure, negative air machines shall be placed in various locations throughout the work area to help reduce airborne particulates, or as directed by CONSULTANT. 7. Shutdown and lockout the HVAC system and electrical system, if applicable. 8. Provide a decontamination enclosure as specified by project specifications. 9. This abatement project will be conducted with respiratory protection in full accordance with all regulatory requirements including but not limited to OSHA regulations found in 29 CFR 1926.1101 and 29 CFR 1910.134. Respiratory protection shall consist of, at minimum, half-face negative pressure respirators with dual HEPA filters for all interior and exterior work. Respirators and disposable coveralls must be worn at all times while inside the work area. Accommodation requests for persons with disabilities should be made by contacting Taylor Lough, ADA Coordinator, via phone at 972-744- 4208, via email at [email protected], or by appointment at 411 W. Arapaho Road, Richardson, TX 75080. The demolition of the buildings includes removal and proper disposal of all materials including documentation of disposal. All building and materials and utilities shall be removed to the paved surface. The City of Richardson will ensure all utilities are safely disconnected from service prior to demolition activities. Bids shall be accompanied by a certified or cashier's check on a state or national bank in an amount not less than five percent (5%) of the possible total of the bid submitted, payable without recourse to the City of Richardson, Texas, or an acceptable bid bond for the same amount from a reliable surety company as a guarantee that the bidder will enter into a contract and execute required Performance and Payment Bonds within ten (10) days after notice of award of contract. The City will attempt to award the Contract within 90 days after the opening of bids. The successful bidder must furnish a Performance Bond upon the form provided in the amount of one hundred percent (100%) of the contract price, a material and labor Payment Bond upon the form provided in the amount of one hundred percent (100%) of the contract price, and a Maintenance Bond upon the form provided in the amount of one hundred percent (100%) of the contract price, from a surety authorized under the laws of the State of Texas to act as a surety on bonds for principals. The right is reserved, as the interest of the Owner may require, to reject any and all bids, to waive any informality in the bids received, and to select the bid best suited to the Owner's best interest. To be successful in bidding this project, the Contractor must have completed a minimum of three similar projects within the last five years. A maximum of Thirty (30) calendar days will be allowed for construction. A set of plans, specifications and bid documents will be available beginning at 12:00 p.m. on Monday, December 17, 2018. Documents are available at no charge through BidSync.com, or from the Capital Projects Department, Suite 204, for a NON-REFUNDABLE FEE OF Twenty five Dollars ($25.00) per CD, payable to the City of Richardson, accompanied by the contractor's name, address, phone number, email address and FAX number. A voluntary pre-bid meeting will be held Friday, December 21, 2018 at 10:00 a.m. in the Capital Projects Small Conference Room, Suite 204, in the City Hall/Civic Center Building. An on-site walk through at 500 Lookout Drive will follow. By:/s/Paul Voelker, Mayor City of Richardson P. O. Box 830309 Richardson, Texas 75083 Accommodation requests for persons with disabilities should be made by contacting Taylor Lough, ADA Coordinator, via phone at 972-744- 4208, via email at [email protected], or by appointment at 411 W. Arapaho Road, Richardson, TX 75080. PROPOSAL TO THE CITY OF RICHARDSON, TEXAS Performing All Work Required for the Construction of the ASBESTOS ABATEMENT AND DEMOLITION OF STRUCTURES AT NW CORNER OF CUSTER ROAD AND LOOKOUT DRIVE BID NO. 27-19 The undersigned as bidder, declares that the only person or parties interested in this Proposal as principals are those named herein, that this Proposal is made without collusion with any other person, firm or corporation; that he has without collusion with any other person, firm or corporation; that he has carefully examined the form of contract, Notice to Contractors, specifications and the plans therein referred to and has carefully examined the locations, conditions, and classes of materials of the proposed work, and agrees that he will provide all the necessary labor, machinery, tools, apparatus, and other items incidental to construction, and will do all the work and furnish all the materials called for in the contract and specifications in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be at unit prices and material to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work whether increased or decreased are to be performed at the unit prices set forth below except as provided for in the specifications. It is further agreed that the lump sum prices may be increased to cover additional work ordered by the Engineer, but not shown on the plans or required by the specifications in accordance with the provisions of the Special Conditions. Similarly, they may be decreased to cover deletion of work so ordered. Accompanying this proposal is a (certified or cashier's check) or (Bid Bond) in the amount of _______________Dollars ($__________________). The bid security accompanying this Proposal shall be returned to the bidder, unless in case of the acceptance of the proposal the bidder shall fail to execute a contract and a Performance Bond within ten (10) days after its acceptance, in which case the bid security shall become the property of the Owner, and shall be considered as payment for damages due to delay and other inconveniences suffered by the Owner on account of such failure of the bidder. It is understood that the Owner reserves the right to reject any and all bids, to waive any informality in the bids received. ASBESTOS ABATEMENT AND DEMOLITION OF STRUCTURES AT NW CORNER OF CUSTER ROAD AND LOOKOUT DRIVE BID NO. 27-19 CONTRACT BID SCHEDULE Item Estimated Price in Total Number Quantity Unit Description & Price in Words Figures Amount 1 1 LS Mobilization/Demobilization Dollars $ $ Cents 2 1 LS Asbestos Abatement of 500 Lookout Drive Dollars $ $ Cents 3 1 LS Above Grade Demolition and Disposal of 500 Lookout Drive Dollars $ $ Cents 4 1 LS Asbestos Abatement of 2611 Custer Drive Dollars $ $ Cents 5 1 LS Above Grade Demolition and Disposal of 2611 Custer Drive Dollars $ $ Cents 6 1 LS Remove and Dispose of Miscellaneous Aboveground Objects Dollars $ $ Cents 7 1,500 CY Remove and Dispose of Existing Concrete and Asphalt Surfaces and Subbase Outside of Proposed Fire Station Footprint to Grades Shown on Sheet C-4.0.