Santa Rosa County School Board s6

Total Page:16

File Type:pdf, Size:1020Kb

Santa Rosa County School Board s6

Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds

SANTA ROSA COUNTY SCHOOL BOARD John W. Rogers, Superintendent of Schools Purchasing Department Judson C. Crane, CPPB, CPPO, Director of Purchasing & Contract Administration 6544 Firehouse Road Milton, FL 32570-3411

Phone (850) 983-5130 FAX (850) 983-5133 Suncom 689-5130 E-mail: [email protected] Website: http://www.santarosa.k12.fl.us/purchasing/

The Santa Rosa County School Board solicits a submission as listed in this request for bid. All terms and conditions below are a part of this bid request, and no bids will be accepted unless all these terms and conditions have been met, unless superseded by the bid specification. Rights are reserved to reject any and all bids and to waive technicalities. Bids not submitted in accordance with this bid request will be rejected.

GENERAL TERMS AND CONDITIONS

1. The purchasing department will be the point of contact for this bid, unless otherwise noted in the bid specifications. Under no circumstances are the superintendent of schools, board members, school administrators or any other school board employee to be contacted concerning this bid until after award. Any such contact may result in bid disqualification. 2. Price, quality, specifications, payment discounts, warranty, travel time for warranty service, ability to provide service and time of guaranteed delivery will be the determining factors in the awarding of this bid. 3. Bid price shall be the delivered and unloaded price to the designated point according to the purchase order. *** Collect shipments will be refused ***No deposits or requests for pre-payment will be allowed. 4. Bids may be awarded or rejected in whole or item by item, with rights being maintained to make joint awards if in the best interest of the district. The Santa Rosa County School Board will retain all copyright and patent rights that may be created by the contract resulting from this bid. These rights are to include, but are not to be limited to written works, computer software and mechanical devices that are created as a requirement of this bid. 5. Enough detail is given in the bid to describe the item being bid, although not written, full manufacturer's specifications are implied. Manufacturer's specifications take precedent over information within this bid if any discrepancy exists. Manufacturer's literature is available from the office of the Purchasing Agent upon request. 6. Any manufacturer's name, trade name, brand name, information and/or catalog numbers listed in a specification are for information only in order to describe and establish general quality levels, not to limit competition. Such references are not intended to be restrictive. The bidder may offer any brand for which authorized to represent, which meets or exceeds the specifications for any and all items. If bids are based on equivalent products, indicate on the bid form the manufacturer's name and number and indicate any deviations from the specifications. IMPORTANT NOTE: If bidding an alternate, complete manufacturer's literature, giving full description of the alternate being bid, must be submitted. Failure to submit manufacturer's descriptive literature when bidding an alternate can result in bid rejection for failing to comply with bid instructions. Any bid lacking written indication of intent to quote an alternate brand will be considered and received as a bid in complete compliance with the specifications as listed in the bid. If upon receipt it is found not to meet specifications, payment will not be made and the item will be returned at the bidders expense. 7. For Service and Term contracts, the board reserves the right to provide all services internally, and similar goods and services may be procured through a general contractor or other existing contract. The board also reserves the right to separately bid out large purchases of similar goods and services. 8. In the event more than one bid is submitted for a line item, please indicate the alternate item by inserting "ALT" after the unit price. 9. To be considered all bids must be submitted on the enclosed bid form, properly signed by an authorized representative on the company placing the bid, and delivery date stated. 10. In the event of an error in extending the total cost of an item, the total price submitted will prevail. 11. Sealed bids must be submitted by hand delivery or mail only as noted in the bid specifications. Bids by telephone, fax or e-mail will not be accepted. Only those submitting a bid or a bid marked "NO BID" will be retained on the bid mailing list. No Bids may be sent via mail, e-mail or fax. 12. The bid opening shall be public and at the time noted in the bid specifications. 13. Tie bids will be awarded to the bidder with the earliest postmark or if hand delivered, the earliest actual time noted or stamped on the envelope. It is the bidders responsibility to insure the actual date and time are noted on the envelope. The only exception to this rule is if the tie bids are between an out of state company and a company headquartered in Florida, the Florida company will prevail. 14. A notice of intended decision will be posted in the office of the Purchasing Director one week prior to award. A notice of intended decision will be furnished only to bidders who supply a self addressed, stamped envelope with their bid or by downloading from the purchasing department internet web site at http://www.santarosa.k12.fl.us/purchasing. Bidders and interested parties may examine the bid tabulations and files during normal business hours (public record) after bids have been awarded. 15. Rights are reserved to purchase additional quantities at bid price. 16. Payment will not be made until an order is completed in full. 17. The successful bidder will allow duly authorized representatives of the board, the Auditor General of the State of Florida, the Comptroller General of the United States, or other authorized representatives access to any books, documents, papers, and records of the bidder which are directly pertinent to this contract for the purpose of making audits, examinations, excerpts, and transcriptions. Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds 18. Failure to file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of preceding under Chapter 120, Florida Statutes. All contact in this regard to be made exclusively with the purchasing department. 19. (Service bids only) Insurance required to be carried shall include: A. Insurance 1) The Company shall furnish proof of the following insurance to the Board by Certificate of insurance. 2) The Certificate of Insurance shall state that the Board, its members, officers, elected officials, employees, agents and volunteers are additional insureds under the policy or policies. 3) The Company shall provide Certificates of Insurance to the District’s Risk Manager at 8056 Canal St., Milton, FL, 32570 prior to the start of any work under this contract. 4) The Companies insurers shall provide thirty (30) days advance written notice via certified mail in the event of cancellation of any insurance program required by this contract. 5) All insurance policies shall be issued by companies either of the following qualifications: 6) The company must be (1) authorized by subsisting certificates of authority by the Department of Insurance of the State of Florida or (2) an eligible surplus lines insurer under Florida Statutes. In addition, the insurer must have a Best’s Rating of “A” or better and a Financial Size Category of “VI” or better according to the latest edition of Best’s Key Rating Guide, Published by A.M. Best company. Or 7) With respect only to Workers’ Compensation insurance, the company must be (1) authorized as a group self-insurer pursuant to Florida Statutes or (2) authorized as a commercial self-insurer fund pursuant to Florida Statutes. 8) Workers’ Compensation Insurance. The Company shall maintain Workers’ Compensation coverage as required by Florida Statute 440, covering all Company employees employed in connection with this contract and Employers Liability Insurance with minimum limits of $1,000,000 per occurrence. 9) Comprehensive General Liability Insurance. The Company shall procure and maintain for the life of the contract/agreement, Comprehensive Liability Insurance, Broad Form, including Products and Completed Operations Liability. This policy shall provide coverage for death, bodily injury, personal injury, or property damage that could arise directly or indirectly form performance of the contract. The coverage must be on an occurrence form basis with minimum limits of $1,000,000 per occurrence, combined single limit for bodily injury and property damage liability 10) Business Automobile Liability. The Company shall procure and maintain, for the life of the contract/agreement Business Automobile Liability Insurance with minimum limits of $1,000,000 per occurrence, combined single limit for bodily injury liability and property damage liability. This coverage shall be on an “Any Auto” or “Comprehensive Form” policy. The coverage shall be on an occurrence form policy. In the event the Company does not own any vehicles, hired and non-owned coverage shall be provided in the amounts listed above. B.Indemnification / Hold Harmless 1) Company shall indemnify the Santa Rosa County School Board and to the fullest extent permitted by law, protect, defend, indemnify and hold harmless the Board, its agents, officers, elected officials, employees and volunteers from and against all claims, actions, liabilities, losses (including economic losses), and costs arising out of any actual or alleged; 2) Bodily injury, sickness, disease or death, or injury to or destruction of tangible property including the loss of use resulting there from, or any other damage or loss arising out of, or claimed to have resulted in whole or in part from any actual or alleged act or omission of the company or subcontractor, any directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable in performance of the work; or 3) Violation of law, statute, ordinance, governmental administration order, rule or regulation by the company in the performance of the work; or 4) Liens, claims or actions made by the Company or any subcontractor or other party performing the work. 5) The indemnification obligations hereunder shall not be limited to any extent on the amount, type of damages, compensation or benefits payable by or for the company or any subcontractor under workers’ compensation acts, disability benefit acts, other employee benefit acts or any statutory bar. 6) Any cost or expense, including attorney’s fees, incurred by the board to enforce the contract shall be borne by the company.

Direct all insurance inquiries to Risk Management (850) 983-5007.

20. Other governmental agencies which qualify under State Board of Education 6A-1.012(5) may purchase from this bid. This is also a joint bid with the Emerald Coast Purchasing Co-op and the Gulf Coast Purchasing Cooperative whose members may also purchase from this bid at bid prices. 21. In accordance with Florida Statute 1011.14, funding is subject to availability of appropriated funds. 22. The Jessica Lunsford Act: The Santa Rosa County School District reserves the right to refuse to accept services from any personnel deemed by the Santa Rosa County School District to be unqualified, disorderly, or otherwise unable to perform assigned work. This law, effective September 1, 2005, affects your business if you, your employees or your agents will have access to school grounds when students are present, have direct contact with students or have access to or control of school funds. A copy of House Bill 1877, which was approved by the Governor on May 2, 2005 (Chapter 2005-28, L.O.F., section 21) may be found by accessing the following link on the internet: http://election.dos.state.fl.us/laws/05laws/ch_2005-028.pdf. Further information is available at the following website, http://www.santarosa.k12.fl.us/purchasing/LunsfordAct.pdf

The requirements of this new law must be met in order for the School Board to continue working with you. The implementation procedures for this new law are posted on our website, at: http://www.santarosa.k12.fl.us/personnel/contractvendorfp.htm

NOTE: Do not return this document with bid submission.

2 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds

DRUG FREE WORKPLACE Section 287.087 Florida Statutes

Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process.

Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:

1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.

2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.

3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1).

4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employees will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by an employee who is so convicted.

6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

Vendor's Signature

3 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds SWORN STATEMENT PURSUANT TO SECTION 287.133 (3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES

THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIALS/AUTHORIZED TO ADMINISTER OATHS.

1. This sworn statement is submitted to (print name of public entity)

by (print individual's name and title)

for (print name of entity submitting sworn statement)

whose business address:

And (if applicable its Federal Employer Identification Number (FEIN) is:

(If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement):

2. I understand that a "public entity crime" as defined in Paragraph 287.33(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision or any other state or of the United States. Including, but not limited to, any bid contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.

3. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction or a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry or a plea of guilty or nolo contender.

4. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means:

a. A predecessor or successor of a person convicted of a public entity crime: or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.

4 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds 5. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6. Based on information and belief, the statement which I have marked below, is true in relation to the entity submitting this sworn statement. (Indicate which statement applies.)

Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order.)

I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OR THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECITON 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.

(signature)

Sworn to and subscribed before me this day of , 20 .

Personally known: or Produced Identification:

Type of Identification: Notary Public - State of

Notary Signature: Notary Stamp:

Form PUR 7068 (Rev. 06/18/92)

5 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds

*** PROPOSAL SPECIFICATIONS ***

The Santa County School Board, Milton Florida, solicits your company to submit a proposal on “RFP-06-13 Disaster Restoration for Buildings and Grounds” as listed in this bid request. All terms and conditions below are a part of this bid request. No proposal will be accepted unless these terms and conditions have been met. Rights are reserved to reject any and all bids and to waive technicalities. Bids which are not submitted in accordance with this proposal will be rejected.

Mandatory Pre-bid Conference: Detailed information will be discussed at a MANDATORY pre-bid conference to be held Tuesday, August 8, 2006 at 10:15 AM Central time, at the Santa Rosa School District Professional Development Center, 6556 Firehouse Road, Milton, and FL. 32570. The first 5 minutes of the conference will be for distribution of documentation and for vendor sign in. Vendors must arrive on time to be allowed to participate in the conference. Those arriving after the 5 minute sign in period will not be allowed to participate. The conference will be recorded, with the resulting DVD becoming a part of the documentation for this solicitation. Copies of the DVD will be made available to interested parties. Term of Contract - The contract resulting from this proposal shall be for a five-year period, if funded, beginning from date of award and ending June 30, 2011. Either party can cancel the contract, without reason, with written notification. Cancellation must be in writing and received 90 days prior to June 30th of each contract year. Silence from both parties will be considered as acceptance for another contract year at the same terms and conditions. This condition is not to preclude providing the lowest possible price based on current economic conditions. If economic conditions warrant a change in the conditions or terms of the contract, either party can exercise the cancellation privilege on the next anniversary date without prejudice. Silence from both parties will be considered as acceptance for another contract year at the same terms and conditions

Evaluation of Proposals - A committee will review and rank proposals based on various factors, including but not limited to company history, qualifications, location, references and price. The committee will enter into negotiations with the company that receives the number one ranking. INSTRUCTIONS TO BIDDERS

LICENSURE: In accordance with Chapter 489.113, Florida Statutes, all individuals or entities engaging in and providing construction services shall be licensed in the State of Florida for that activity. This license requirement includes general and sub-contractors. FAMILIARITY WITH LAWS: It is the bidder's responsibility to be familiar with all Federal, State and local laws, ordinances, rules and regulations that in any manner, affect the work. Ignorance thereof of the part of the bidder will in no way relieve him from responsibility. PERMITS AND INSPECTIONS: It is the bidder’s responsibility to obtain necessary permits and inspections from either the county or city inspection departments. SECURITY: Where Contractor is required by the nature of the work to have access to the interior of the facility during hours when school personnel are not present on the site, the Contractor shall be responsible for maintaining building security, and the Contractor shall be responsible for replacement or repair of items and or equipment stolen, lost or damaged while the building security is under the care of the Contractor. The Contractor shall be responsible for having the job superintendent present wherever subcontractors are working in connection with the Contractor's basic contract. TRENCH SAFETY: Excavation performed by the Bidder will be performed in compliance with all applicable trench safety standards. SALVAGE: The Owner reserves the right/option to take possession of any items salvaged.

The following information is to he attached to and made a condition of this PROPOSAL: (a) Listing of all citations issued by regulatory agencies and judgments against PROPOSER from a court of Law. (b) Listing of contract terminations including a description of termination, and Owner’s name, name of contact person, telephone number, and address. (c) List of three projects for each service classification completed in the past two years with similar scope. Include Owner’s name, name of contact person, telephone, and address. Asbestos Abatement, Water Damage Restoration/Facility Cleaning and Drying Projects, Lead Based Paint Abatement, Hazardous

6 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds

Materials Remediation, Fire and Smoke Damage Restoration, Grounds and Outside Structure Restoration. (d) Sworn Statement concerning public entity crimes, Florida Statutes Section 287.133(3)(A). Special Form SF-4. (e) Certification Regarding Debarment (f) Statement of ability to provide insurance coverage required for the Project. (g) State of Florida Contractor’s Licenses Require for Job (h) List of Subcontracts (i) Evidence that PROPOSER has financial resources to start up and follow through on projects and to respond to damages in case of default as shown by written verification of bonding capacity (performance and payment) up to $500,000 for individual projects and $10,000,000 aggregate for multiple projects. The written verification must be submitted by a licensed surety company rated excellent (“A-” or better) in the current A.M. Best Guide and qualified to do business within the State. (j) General information about the company, its principals, and its history including state and date of incorporation. Provide proof of incorporation. (k) List of equipment by service classification owned and operated by the PROPOSER or sub-contractors. (l) Evidence of at least 5 years of experience for each service classification in construction techniques, trade standards, quality control and management of projects similar to that required of this contract. (m) Statement that PROPOSER can mobilize a specific number of workers and necessary equipment for each service classification (number of workers per service classification may vary) within 48 hours after a disaster. (n) A comprehensive Cost Schedule for each services classification. Costs shall be based on quantities that include overhead. SUMMARY OF WORK

GENERAL

A. It is the intent of the Owner to enter into a contract with one or more Contractors to perform the services generally described in this proposal. It is intended that these Contractors will be called upon to perform unplanned services in times of disasters such as hurricanes or fires. The Owner may utilize the Contractors for routine planned services if he wishes.

B. This Proposal is intended to be used to obtain qualifications and pricing information from Proposers from which the Owner can select a Contractor(s). The Owner intends to have contract terms and conditions and pricing agreements in place prior to a disaster or event in which the Contractor’s services may be utilized.

C. This Proposal is not intended to obtain a specific fee for a specific project since such project has not been identified. This Proposal is not intended to provide project specifications for the performance of work since a project has not been identified. Prior to being authorized for a Task Order under this Contract, the Contractor may be provided a Work Plan by the Owner that will specify work requirements or the Owner may request a Work Plan from the Contractor or the Owner or his representative. The Contractor will have an opportunity to review the approved Work Plan, evaluate the project site and evaluate quantities of work. Upon Work Plan review and project site evaluation, the contractor shall provide a Fee Estimate for their work based on their previously contracted unit pricing. If the Fee Estimate is acceptable to the Owner, he will provide a Purchase Order Agreement to the Contractor. No work can be performed under this Contract without acknowledgement by the Contractor of receipt of the Purchase Order Agreement.

D. Contractor may subcontract any phase or portion of the Work. However, such subcontract shall 7 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds not relieve Contractor from enforcing the use of all required safety equipment and supplies by the subcontractor and his employees, and the providing of all safety equipment and supplies for any phase of the Work in contaminated areas. Contractor shall require and verify that all materials and methods used by subcontractor are consistent with materials and methods for established and safe work procedures and consistent with the Contract Documents.

E. Approval of or acceptance by Engineer of various construction activities or methods proposed by Contractor does not constitute an assumption of liability either by the Owner or his representative for inadequacy or adverse consequences of said activities or methods.

WORK NOT INCLUDED IN THE CONTRACT DOCUMENTS

A. Sampling and Testing for the Owner.

B. Installation of replacement materials.

DESCRIPTION OF PROJECTS

A. Water Damage Remediation

1. Contractor shall properly remove and dispose of specified water damaged items in accordance with the Owner supplied/approved Work Plan. The Work Plan will describe work area preparation, removal processes, clean-up, clearance testing and inspection, and disposal procedures. Items to be removed and disposed may include but are not limited to furniture, books, floor coverings, drywall, insulation, and duct work. At a minimum the Work Plans will include requirements and recommendations for water damage remediation activities as described in regulatory guidelines.

2. The Contractor acknowledges, by the executing of the Contract, awareness and familiarity with the contents and requirements of the following regulations, codes, and standards, and assumes responsibility for the performance of the Work in strict compliance therewith and, for every instance of failure, to comply therewith. The current issue of each document shall govern. Where conflict among requirements or with the Contract Documents exists, the more stringent requirements shall apply.

a. Institute of Inspection Cleaning and Restoration (IICRC):

i. Standard S500 – Standard and Reference Guide for Professional Water Damage Restoration ii. Standard S520 – Standard and Reference Guide for Professional Mold Remediation

b. National Air Duct Cleaners Association (NADCA):

i. ACR Standard, 2006 edition: Assessment, Cleaning & Restoration of HVAC Systems

8 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds ii. NADCA General Specifications for the Cleaning of Commercial HVAC Systems c. New York City Department of Health (NYDOC): i. Guidelines on Assessment and Remediation of Fungi in Indoor Environments. New York City Department of Health and Mental Hygiene, Bureau of Environmental and Occupational Disease Epidemiology, (2002, January). Addresses mold contamination of building components that are chronically moist or water damaged such as, walls, ventilation systems, and support beams. It provides information about assessment, inspection, sampling, and controls. d. EPA, Mold Remediation in Schools and Commercial Buildings (402-K-01-001)

e. OSHA:

i. Section 5(a)(1) of the OSH Act, often referred to as the General Duty Clause, requires employers to "furnish to each of his employees employment and a place of employment which are free from recognized hazards that are causing or are likely to cause death or serious physical harm to his employees". Section 5(a)(2) requires employers to "comply with occupational safety and health standards promulgated under this Act". ii. A Brief Guide to Mold in the Workplace. OSHA Safety and Health Information Bulletin (SHIB) 03-10-10, (2003, October 14). Provides recommendations for the prevention of mold growth and describes measures designed to protect the health of building occupants and workers involved in mold cleanup and prevention. iii. 29 CFR 1910.134 – Respiratory Protection iii. 29 CFR 1910.1200 – Hazard Communication

B. Facility Cleaning and Drying

1. Contractor shall perform cleaning and drying services at specified locations in accordance with the Owner supplied/approved Work Plan. The Work Plan will describe work area preparation, removal processes, clean-up, clearance testing and inspection, and disposal procedures. At a minimum the Work Plans will include requirements and recommendations for cleaning and drying activities as described in regulatory guidelines. 2. The Contractor acknowledges, by the executing of the Contract, awareness and familiarity with the contents and requirements of the following regulations, codes, and standards, and assumes responsibility for the performance of the Work in strict compliance therewith and, for every instance of failure, to comply therewith. The current issue of

each document shall govern. Where conflict among requirements or with the Contract Documents exists, the more stringent requirements shall apply.

a. Institute of Inspection Cleaning and Restoration (IICRC):

9 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds ii. Standard S500 – Standard and Reference Guide for Professional Water Damage Restoration ii. Standard S520 – Standard and Reference Guide for Professional Mold Remediation

b. National Air Duct Cleaners Association (NADCA):

i. ACR Standard, 2006 edition: Assessment, Cleaning & Restoration of HVAC Systems ii. NADCA General Specifications for the Cleaning of Commercial HVAC Systems c. New York City Department of Health (NYDOC): i. Guidelines on Assessment and Remediation of Fungi in Indoor Environments. New York City Department of Health and Mental Hygiene, Bureau of Environmental and Occupational Disease Epidemiology, (2002, January). Addresses mold contamination of building components that are chronically moist or water damaged such as, walls, ventilation systems, and support beams. It provides information about assessment, inspection, sampling, and controls. d. EPA, Mold Remediation in Schools and Commercial Buildings (402-K-01-001)

e. OSHA:

i. Section 5(a)(1) of the OSH Act, often referred to as the General Duty Clause, requires employers to "furnish to each of his employees employment and a place of employment which are free from recognized hazards that are causing or are likely to cause death or serious physical harm to his employees". Section 5(a)(2) requires employers to "comply with occupational safety and health standards promulgated under this Act". ii. A Brief Guide to Mold in the Workplace. OSHA Safety and Health Information Bulletin (SHIB) 03-10-10, (2003, October 14). Provides recommendations for the prevention of mold growth and describes measures designed to protect the health of building occupants and workers involved in mold cleanup and prevention. iii. 29 CFR 1910.134 – Respiratory Protection iii. 29 CFR 1910.1200 – Hazard Communication

C. Asbestos Abatement

1. Contractor shall properly remove and dispose of both friable and non-friable asbestos- containing materials (ACMs) in accordance with the Owner supplied approved Work Plan. The Work Plan will describe work area preparation, removal processes, clean-up, clearance testing, and disposal procedures. At a minimum the Work Plan will include requirements 10 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds and recommendations for abatement activities as described in regulatory guidelines.

2. The Contractor acknowledges, by the executing of the Contract, awareness and familiarity with the contents and requirements of the following regulations, codes, and standards, and assumes responsibility for the performance of the Work in strict compliance therewith and, for every instance of failure, to comply therewith. The current issue of each document shall govern. Where conflict among requirements or with the Contract Documents exists, the more stringent requirements shall apply.

a. U.S. Environmental Protection Agency (EPA) Regulations for Asbestos (Code of Federal Regulations Title 40, Part 61, Subparts A and B).

b. U.S. EPA National Emissions Standards for Hazardous Air Pollutants (Code of Federal Regulations Title 40, Part 61, Subpart M).

c. U.S. EPA National Emissions Standards for Hazardous Air Pollutants (Code of Federal Regulations Title 40, Part 61, Appendix A to Subpart M).

d. US EPA Asbestos Hazard Emergency Response Act (AHERA) regulations (Code of Federal Regulations Title 40 Part 763, Subpart E.

e. U.S. Occupational and Safety and Health Administration (OSHA) Asbestos Regulations (Code of Federal Regulations Title 29, Part 1926, Section 1926.1101).

f. U.S. EPA Office of Pesticide and Toxic Substances Guidance Document, "Guidance for Controlling Friable Asbestos-Containing Materials in Buildings", EPA 56015-85-024, June, 1985.

g. U.S. Department of Transportation, Hazardous Substances: Final Rule (Code of Federal Regulations Title 49 Parts 171 and 172), Federal Register November 21, 1986 and corrected February 17, 1987.

h. State of Florida Statutes F.S. 469.001-469.015: Licensure for Asbestos Consultants and Contractors. Florida Administrative Code Chapter 61E1: Administrative Rules for Asbestos Practice.

i. State of Florida Statutes F.S. 255.551-255.565: Public Property and Publicly Owned Buildings. Florida Administrative Code Chapter 38I- 40 : Asbestos Management Program

j. All state, county, and city codes and ordinances as applicable. Make available for review at the site one copy of EPA, OSHA, and applicable State, County, and City Regulations governing the Work.

11 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds 3. Contractor (or subcontractor engaged to perform the Work of this Section) shall:

a. Be a certified and licensed asbestos contractor in accordance with State of Florida Statutes, F.S. 469.

b. Utilize workers and supervisors who are trained in accordance with State of Florida Statutes, F.S. 469 and the OSHA Construction Standard (29 CFR 1926.1101) for Class I and II activities.

D. Lead-Based Paint Abatement

1. Contractor shall properly remove and dispose of lead-based paint materials in accordance with the Owner supplied Work Plan. The Work Plan will describe work area preparation, removal processes, clean-up, clearance testing, and disposal procedures. At a minimum the Work Plan will include requirements and recommendations for abatement activities as described in regulatory guidelines.

2. The Contractor acknowledges, by the executing of the Contract, awareness and familiarity with the contents and requirements of the following regulations, codes, and standards, and assumes responsibility for the performance of the Work in strict compliance therewith and, for every instance of failure, to comply therewith. The current issue of each document shall govern. Where conflict among requirements or with the Contract Documents exists, the more stringent requirements shall apply.

a. Department of Housing and Urban Development:, Guidelines for the Evaluation and Control of Lead Based Paint Hazards in Housing (June 1995).

b. ANSI Publications: Z88.2-80; Practices for Respiratory Protection.

c. Environmental Protection Agency: Toxicity Characteristic Leaching Procedure (TCLP), EPA Method SW-846.

d. NIOSH: 81-123; Occupational Health Guidelines for Chemical Hazards.

e. Code of Federal Regulations (CFR) Publications:

40 CFR 261 Regulations Identifying Hazardous Waste 40 CFR 262 Regulations for Hazardous Waste Generators 29 CFR 1910.134 Respiratory Protection 40 CFR 263 Regulations for Hazardous aste Transporters 49 CFR 171-179 Hazardous Material Regulations

12 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds

24 CFR 35.24 Subpart C Inspection & Hazard Assessment Requirements 24 CFR 35.24(b)(2)(ii) 40 CFR 61 NESHAPS 29 CFR 1926 OSHA Standards for Construction Industry(esp. 1926.62 Lead) 29 CFR 1910 OSHA Standards for General Industry (esp. 1910.1025 Lead)

f. Occupational Safety and Health Administration (OSHA) Instruction CPL-2-2.58; Inspection Guidelines for Lead in Construction.

g. Occupational Safety and Health Administration (OSHA) Technical Manual; Section IV - Chapter 3, Controlling Lead Exposures in the Construction Industry.

h. All state, county, and city codes and ordinances as applicable. Make available for review at the site one copy of HUD, OSHA, and applicable State, County, and City Regulations governing the Work.

3. Contractor (or subcontractor engaged to perform the Work of this Section) shall:

a. Have a record of not less than two years successful experience in lead-based paint removal and related work similar in scope and magnitude to this project.

b. Maintain on-site, a Superintendent (or Competent Person) and one Head Foreman, each having not less than one year of full-time experience in responsible charge of lead removal operations similar in scope and magnitude to this project within the three year period preceding start of project. Superintendent and Head Foreman must be approved by Engineer or prior to the start of the work and shall not be changed without prior approval of the Engineer. Head Foreman shall remain inside the work area at all times the work is in progress. Provide sufficient number of supervisory personnel to provide a minimum of 1 accredited supervisor on-site during all phases of the work.

c. Provide one experienced Job Foreman with a minimum of one year successful experience in lead abatement operations similar in scope and magnitude to this project for every six lead removal workers (laborers) utilized on the project. Foreman shall remain inside of work area at all times that the work is in progress.

d. Use only trained and experienced lead abatement removal workers to perform the work. Train in accordance with 29 CFR 1910.62.

E. Fire and Smoke Damage Restoration

1. Contractor shall properly remove and dispose of fired damaged items and remediate smoke contamination from specified areas in accordance with the Owner supplied Work Plan. 13 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds The Work Plan will describe work area preparation, removal processes, clean-up, clearance testing, and disposal procedures.

2. The Contractor acknowledges, by the executing of the Contract, awareness and familiarity with the contents and requirements of the following guideline and assumes responsibility for the performance of the Work in general compliance therewith. The current issue of each document shall govern. Where conflict among requirements or with the Contract Documents exists, the more stringent requirements shall apply.

a. NIDR Guidelines for Fire and Smoke Repair

F. Hazardous Materials Remediation

1. The Contractor shall provide response measures consistent with applicable local, state and federal environmental and safety regulations and/or current guidance documents published by those agencies applicable to the material released. This includes training requirements that may apply to emergency responders and immediate communication to the [School system] regarding required notifications to appropriate regulatory agencies in the event of a spill or release. It also includes appropriate stabilization or containerization of materials to allow proper disposal. Potentially applicable regulations and/or guidance include, but are not limited to:

a. OSHA Hazardous Waste Operations and Emergency Response regulations – 29 CFR 1910.120 b. Florida Air and Water Pollution Control Act (State Code Title XXIX, Chapter 403) c. FL DEP Bureau of Laboratories Standard Operating Procedures for field sampling, preservation, and approved analytical methods d. FL DEP regulation 62-780 regarding Contaminated Site Cleanup Criteria e. FL DEP regulation 62-770 regarding Petroleum Contamination Site Cleanup Criteria f. FL DEP regulation 62-761, 762 regarding Petroleum Storage Systems g. FL DEP regulation 62-730 regarding Hazardous Waste Management h. FL DEP regulation 62-777 regarding Contamination Target Cleanup Levels i. FL DEP Hazardous Waste Cleanup Section – Institutional Controls Procedure Guidance j. FL DEP Hazardous Waste Cleanup Section - Mineral Oil Dielectric Fluid Emergency Response Action Protocol

k. FL DEP Bureau of Emergency Response - guidelines for notification and response measures in the event of a release of oil or hazardous substance l. Comprehensive Emergency Response Compensation and Liability Act (CERCLA) – 40 CFR Part 302 m. Emergency Planning and Community Right to Know Act (EPCRA) – 40 CFR Part 355 n. Clean Water Act Programs – 40 CFR Parts 110, 112, 116, and 117 o. US DOT Emergency Response Guidebook 14 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds SUBMITTALS

A. Submittals will be required for each Task Order. The Work Plan will specify what submittals will be necessary for the Task Order. In the following paragraphs are some example submittals that may be required. This is not intended to be an all inclusive list but rather to provide the Contractor and indication of the level of effort that may be required for submittals. These submittals are not to be provided with the Proposal unless specified on the Proposal Form Section 00300.

B. EXAMPLE Submittals to Owner’s Representative Prior To Beginning Work

1. Submit a copy of the Asbestos Removal Notification form submitted to the State of Florida Department of Environmental Protection or other necessary state or local permitting documentation.

2. Certificate of Worker Acknowledgment: Submit an original signed copy of the Certificate of Worker's Acknowledgment found at the end of this Section, for each worker who is to be at the job site or enter the Work Area(s).

3. Training Certification: Submit evidence of each supervisor’s and worker's training in compliance with F.S. 469.

4. Report from Medical Examination: Submit a doctor's written opinion for a medical examination conducted within the last 12 months as part of compliance with OSHA medical surveillance requirements for each worker who is to enter the Work Area, or wear a negative-pressure respirator.

5. Notarized Certifications: Submit a notarized certification, signed by an officer of the abatement contracting firm, that exposure measurements, medical surveillance, and worker training records are being kept in conformance with 29 CFR 1926.1101 and F.S. 469.

6. Respiratory Protection Schedule: Submit level of respiratory protection intended for each operation required by the project. Submit this information on the "Respiratory Protection Schedule" form included at the end of this Section. Include an OSHA compliant Negative Exposure Assessment if no respiratory protection is proposed for use on this project.

7. Respirator Fitting Documentation: Submit documentation indicating successful fit check testing of respirators, if used, for the individuals working on this project in accordance with 29 CFR 1910.134. and 29 CFR 1926.1101.

8. Submit a sample in/out log as required of this section.

9. Submit product data indicating compliance with the contract documents for products and equipment to be utilized on the project. Include manufacture's instruction and MSDS sheets (as applicable).

10. Identify all waste disposal and recycling facilities to be used. 15 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds

C. EXAMPLE Submittals to Owner’s Representative Following Completion of the Work

1. Submit copies of receipts from landfill operator which acknowledge the Contractor's delivery(s) of regulated asbestos-containing waste materials (RACM waste), petroleum contaminated wastes or other hazardous or regulated wastes. Receipts shall include date, quantity of material delivered, and signature of authorized representative of landfill.

2. Submit copies of training documentation for additional workers and supervisors not previously submitted.

4. Submit copies of daily in/out logs.

5. Submit evidence of compliance with the applicable OSHA regulation including, as a minimum, copies of employee air monitoring results or representative background data.

6. Submit documentation of proper disposal of potentially hazardous materials.

D. It is anticipated that the Owner will attempt to receive reimbursement of Contractor’s cost for emergency work from the federal government or insurance providers. To receive this reimbursement the Owner will require that the Contractor provide back-up for all costs associated with emergency work.

OWNER'S TESTING LABORATORY

A. The Owner will provide a testing laboratory for the collection and analysis samples.

B. The Contractor will be responsible for the costs of retesting for work areas which fail to meet the specified level of cleanliness.

EXISTING CONDITIONS

A. Contractor shall certify that he has visited the subject site and familiarized himself with the local conditions and scope of work. Existing conditions are reflected correctly to the best of Engineer's knowledge. Should minor conditions be encountered which are not exactly as indicated, modification to new work shall be made as required at no additional expense to Owner. The Owner has had certain materials in certain work areas tested. Copies of these reports are available at the office of the Owner. See General and Supplementary Conditions for details concerning the Contractor's use of these reports.

B. Any material quantities identified by the Owner or his representative are approximations. Contractor shall verify the extent and quantity of materials to be removed, cleaned or remediated.

16 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds STORAGE

Contractor may use areas of the school outside the scope of the project for storage of his equipment if approved in advance by the Owner. Coordinate area of the School to be used for storage with the Owner and Engineer. Equipment, materials, and furniture shall not be stored inside removal areas.

BUILDING OCCUPANCY

Areas at the project sites may be occupied by students and School District personnel for the duration of the project. Contractor's work activities shall not impact the operation of the facility.

WORKING HOURS

Work schedule is subject to approval by Owner and Engineer and once accepted shall not be modified except with approval of Owner and Engineer.

PARKING

On-site parking is limited at the project sites. Contractor shall utilize only those parking facilities designated by the Owner for personnel and equipment.

RESTROOM FACILITIES

Contractor must provide its employees with temporary restroom facilities. Temporary restroom facilities must be maintained in a clean and sanitary condition. Temporary restroom facilities must be lockable and placed in a location approved by the Owner. Contractor may not use existing restroom facilities.

BUILDING SECURITY

Work Areas shall be completely segregated from other areas of the building or campus by means of plywood or drywall barriers except for personnel access areas which shall have appropriate air locks, clean rooms and decontamination chambers. Contractor shall maintain personnel in asbestos Work Areas at all times any portion of the work areas are open or not properly secured. Contractor shall completely secure all asbestos Work Areas as delineated in Work Plans at the end of each working day. Areas must be locked and secure following each work shift. Contractor is responsible for security of work areas and storage areas required for the project.

PRE-JOB DAMAGE SURVEY OF FACILITY

A thorough survey of property and all affected areas of the buildings shall be made by the Contractor prior to starting the Work in order to document existing damage. Items identified on this list will not be the responsibility of Contractor unless further damaged by Contractor during execution of Project.

17 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds CORRECTION OF DAMAGE TO PROPERTY

Consider any damage to building or property not identified in the pre-job damage survey as having resulted from the execution of this Contract and correct at no additional expense to Owner.

OBSERVATIONS

A. Engineer will observe the status and progress of the Work for completeness and general compliance with the requirements of the Contract Documents. At a minimum, the observations will be conducted at the following times during the project:

1. following pre-cleaning of the work area;

2. following complete preparation of the work area (s) and prior to proceeding with actual removal or remediation;

3. during said removal or remediation;

4. at designated times during the removal and remediation phases;

5. and as appropriate during the Work outlined elsewhere in the Contract Documents.

B. Contractor shall notify Engineer at least 24 hours in advance of the need and readiness for such observations. Should no advance notice be given to the Engineer, Engineer will still make reasonable effort to comply with time of requested observation. Contractor may not proceed until such observation by Engineer is made. Any delay in the completion of the Project caused by lack of advance notice by Contractor to Engineer shall not be sufficient cause for any extension of time or extension of the project completion deadline. Also, compensation for time spent by Engineer on the Project resulting from prearranged meetings where the Work had not progressed to the designated point shall be the responsibility of the Contractor and will be deducted from future payments due to the Contractor.

SIGN-IN/OUT LOG Contractor shall maintain a sign-in/out log in the immediate vicinity of the change room of the decontamination area. Maintain sign-in/out log from the time the first activity is performed involving the disturbance of asbestos- containing material until acceptance of the final air test results by Engineer. Require all persons entering the Work Area, including the Contractor's workers, Engineer or Engineer's representative, Testing Laboratory or representative of the Testing Laboratory, Owner or agents of the Owner, and government officials to sign in and out each time upon entering and leaving the work area. Indicate name, time, company or agency represented, Social Security number and reason for entering work area.

UTILITIES

A. Contractor may temporarily connect to existing permanent utilities during execution of the project. Contractor shall make all connections to Owner's water and electrical lines in locations designated by Owner, and utilize ground faulting devices for power supplied to the work areas. Contractor shall remove connections and all extensions of utilities at project completion. The cost of water and power consumed in the Work Areas will be paid by Owner. 18 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds

B. Contractor shall coordinate with Owner to ensure that power supply for abatement related equipment shall be met in a timely manner so that project will not be adversely affected.

C. In the event that electricity is not provided to the project site by the utility company, it will be the responsibility of the Contract to provide power generating sources adequate to supply the needs of the project while maintaining the project schedule.

SALVAGEABLE MATERIALS

Consider all demolished or removed materials and items in the execution of the Work unsalvageable unless specifically noted otherwise in the Specifications and Drawings. The Owner reserves the right/option to take possession of any items salvaged.

CLEAN-UP

Leave all areas clean at completion of Work.

SUBSTANTIAL COMPLETION

Substantial Completion for each Task Order will be determined as follows:

A. Contractor shall submit Substantial Completion documentation.

B. Following receipt of required submittals, the Engineer will, within a reasonable time period, observe the Work of that area to determine status of completion

C. Engineer will promptly notify the Contractor in writing if he determines that the work is not substantially complete and list the items to be corrected.

D. Contractor shall, upon receipt of written notice from Engineer that the work is not substantially complete, promptly remedy the deficiencies noted and notify the Engineer when ready for re- observation. Engineer will then, within a reasonable time period, re-observe the work.

E. Contractor will prepare a "Certificate of Completion" accompanied by the Contractor's list of items to be completed or corrected when he determines that the work is substantially complete. Contractor's list shall include all items remaining to be corrected on the project. Contractor will then submit the Certificate to the Engineer and the Owner for their written acceptance of the responsibilities assigned to them in the Certificate.

FINAL COMPLETION

A. Final Completion will be determined as follows:

1. The Engineer will, within a reasonable time period, observe the work to determine status of final completion when the Contractor certifies in writing to the Engineer that; 1) the work has been completed in compliance with the Contract Documents; 2) the Contractor has observed the work for such compliance; and 3) the work is ready for final observation. 19 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds

2. The Engineer will promptly notify the Contractor in writing if he determines that the work is incomplete or defective, and give the reasons therefore.

3. Contractor shall, upon receipt of written notice from Engineer that the work is not complete, promptly remedy the deficiencies noted by Engineer and notify the Engineer when the work is ready for re-observation. Engineer will then, within a reasonable time period, re-observe the work.

4. Submit three complete bound copies of the post-job submittals to the Engineer of the following post-job submittals when the Engineer determines that the work is acceptable and complete under the Contract Documents.

5. Consider the work of this Contract completed following Engineer's acceptance of the work, and upon his receipt and approval of the information required by the Contract Documents. Contractor shall, upon designation of final completion by Engineer, submit a final Certification and Application for Payment showing all adjustments to the Contract Sum.

B. Contractor shall, upon designation of final completion by Engineer, submit a final Certification and Application for Payment showing all adjustments to the Contract Sum.

C. Engineer will then, if required and prior to processing final payment request, prepare a final Change Order showing adjustments to the Contract Sum not made previously by Change Orders. If no Change Orders are required, final Certification and Application for Payment will be processed.

TOBACCO USE POLICY

In accordance with School District policy, no tobacco use will be allowed on the School property.

LIQUIDATED DAMAGES

The Owner reserves the right to assess liquidated damages on a per Task basis. Terms and Conditions of liquidated damages will be described in specific Task Orders.

EXECUTION

NOTICE TO PROCEED

Notice to Proceed shall be issued with a date noted for mobilization.

MANPOWER

A. Contractor shall maintain an appropriate number of workers and at least one supervisor during each work shift at the project site to ensure steady daily progress toward final completion within the scheduled time period.

B. Contractor must cease work and reschedule with the Owner and Engineer when a work shift is not staffed as specified above. Or, Contractor has the option of bearing the cost, through deductive 20 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds change order to the Contract Sum, of the on-site monitoring by the Testing Laboratory when the project is not staffed as specified.

C. Contractor must provide a supervisor on site during any work of this project.

D. Contractor must provide adequate manpower to respond to emergencies associated with this project at all times while Contractor is in control of the project areas. Contractor must be available for mobilization to the site within three hours of notification by the Owner or Engineer.

EXAMINATION

A. Owner’s Representative, Engineer and Contractor shall verify existing conditions before starting work.

B. Verification of Conditions: Verify that field measurements, surfaces, substrates and conditions are as required, and ready to receive Work.

C. By beginning Work, Contractor accepts conditions and assumes responsibility for correcting unsuitable conditions encountered at no additional cost to the Owner.

PREPARATION

A. Temporary Support: Provide adequate temporary support for work to be cut to prevent failure. Do not endanger other work.

B. Provide adequate protection of other work during selective demolition to prevent damage and provide protection of the work from adverse weather exposure.

POTENTIAL HAZARDOUS AND REGULATED WASTES

A. Prior to the commencement of demolition activities, properly remove all potentially hazardous and regulated materials including fluorescent light bulbs and ballasts. The Contractor shall dispose these materials. Hazardous Waste disposal is not included in the scope of work.

B. All air conditioning units shall become property of the Contractor. A receipt for this property transfer must be supplied to the Owner from the Contractor prior to the equipment removal from the site.

PROCEDURE

A. Employ only skilled tradesmen to perform selective demolition.

B. Cut work by methods least likely to damage work to the retained and work adjoining.

C. Patch with seams which are durable and as invisible as possible. Comply with specified tolerances for the work.

21 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds D. Where selective demolition terminated at a surface finish or to remain, completely remove all traces of material selectively demolished, including mortar beds. Provide smooth, even substrate transition to a pre-disaster condition.

E. Repair or restore facilities, service, structures and grounds to pre-disaster condition and/or to current code and standards and all applicable laws.

POLLUTION CONTROLS

A. Use temporary enclosures and other suitable methods to limit the amount of dust and dirt rising and scattering in the air to the lowest practical level.

B. Comply with governing authorities pertaining to environmental protection.

C. Clean adjacent portion of the structure and improvement of dust, dirt and debris caused by demolition operations, as directed by Contracting Officer and governing authorities. Return adjacent areas to conditions existing prior to the start of the work.

DISPOSAL OF DEMOLISHED MATERIALS

Unless otherwise specified by Owner’s Representative and Engineer, all demolition debris is to be disposed of as normal construction debris.

The successful bidder shall be required to submit a list of all contractors to be involved in said project with applicable license numbers

22 Santa Rosa County School District RFP-06-13 Disaster Restoration for Buildings and Grounds

*** Proposal Form ***

Date:

Company:

Address:

City, State & Zip Code

Phone:

Toll Free Phone:

Internet Web Site (URL):

E-Mail:

Fax:

By: (Signature And Print Name)

Title:

Payment Terms:

Accept Procurement Card (Visa) Payment: Yes No

Additional Discount for use of Procurement Card:

Submission of Proposals - One original and 4 copies of the proposal must be filed in the Purchasing Manager's office of the Santa Rosa County School Board, located at 6544 Firehouse Road, Milton Florida prior to 3:00 PM August 25, 2006 and clearly marked " RFP-06-13 Disaster Restoration for Buildings and Grounds". The sealed bids will be publicly opened in the Purchasing Director’s office at 8:00 AM, August 28, 2006 to be acknowledged and referred to the Purchasing Director for tabulation. The notice of intended decision will be posted by 4:00 P.M. September 7, 2006. The award of the bid will be at the School Board meeting of September 14, 2006 or at a later date if additional study is required. Bidders and interested parties are invited and encouraged to attend both the bid opening and the bid award.

Note: To receive a copy of the notice of intended decision, send a stamped, self addressed envelope with this bid. The notice of intended decision will be posted in the purchasing office by 4:00 P.M. on September 7, 2006 and on the Internet at http://www.santarosa.k12.fl.us/purchasing

** THIS FORM MUST BE THE FIRST PAGE OF YOUR PROPOSAL **

23

Recommended publications