REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST...

68
REQUEST FOR PROPOSALS REMOVAL, PACKAGING, TRANSPORTATION, AND DISPOSAL OF ASBESTOS-CONTAINING MATERIALS FROM 3401 WEST LANCASTER WILL ROGERS MEMORIAL CENTER PIONEER TOWER FORT WORTH, TEXAS PROJECT #: ENV 18-02 : PIONEER TOWER JUNE 2018

Transcript of REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST...

Page 1: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

REQUEST FOR PROPOSALS

REMOVAL, PACKAGING, TRANSPORTATION, AND DISPOSAL OF

ASBESTOS-CONTAINING MATERIALS FROM 3401 WEST LANCASTER

WILL ROGERS MEMORIAL CENTER PIONEER TOWER

FORT WORTH, TEXAS

PROJECT #: ENV 18-02 : PIONEER TOWER

JUNE 2018

Page 2: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 2 of 30 June 26, 2018

TABLE OF CONTENTS

1.0 COMPETITIVE SEALED PROPOSAL ____________________________________________ 3

1.1 PROJECT DESCRIPTION ____________________________________________________________________ 3

1.2 GENERAL REQUIREMENTS _________________________________________________________________ 4

1.3 INTERPRETATION OF THE REQUEST FOR PROPOSAL ____________________________________________ 5

1.4 CONFLICTS & QUESTIONS _________________________________________________________________ 5

1.5 HOW TO SUBMIT A PROPOSAL PACKAGE ____________________________________________________ 5

1.6 OPENING OF PROPOSAL __________________________________________________________________ 6

1.7 PROPOSAL EVALUATION CRITERIA __________________________________________________________ 7

1.8 NEGOTIATION OF THE CONTRACT___________________________________________________________ 8

1.9 AWARD OF THE CONTRACT ________________________________________________________________ 8

1.10 RESERVATIONS __________________________________________________________________________ 8

2.0 PROPOSAL DOCUMENTS __________________________________________________ 10

2.1 PROPOSAL DOCUMENT CHECKLIST _________________________________________________________ 10

2.2 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA _____________________________________________ 11

2.3 MINORITY BUSINESS ENTERPRISE (MBE) (BEST VALUE PROPOSAL) _______________________________ 12

2.4 PROPOSAL SUMMARY ___________________________________________________________________ 13

2.5 PROPOSAL OF THE PROVIDER _____________________________________________________________ 14 2.5.1 TDSHS Notification and Project Coordination ____________________________________________ 14

2.6 LIST OF SUBCONTRACTORS _______________________________________________________________ 16

2.7 INSURANCE ____________________________________________________________________________ 17

2.8 PROVIDER’S LICENSES & CERTIFICATES _____________________________________________________ 19

2.9 PROVIDER'S LEGAL AND COMPLIANCE HISTORY ______________________________________________ 21

2.10 PERFORMANCE AND PAYMENT BONDS ____________________________________________________ 24

2.11 BID SECURITY _________________________________________________________________________ 25

2.12 PREVAILING WAGE RATE _______________________________________________________________ 26

2.13 WORKER’S COMPENSATION COMPLIANCE _________________________________________________ 27

3.0 ASBESTOS SPECIFICATIONS ________________________________________________ 28

Page 3: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 3 of 30 June 26, 2018

1.0 COMPETITIVE SEALED PROPOSAL 1.1 PROJECT DESCRIPTION Proposal are being accepted by the City of Fort Worth for the provision of furnishing of all labor, materials and equipment necessary for the removal, packaging, transportation, and disposal of asbestos-containing materials from 3401 West Lancaster, Fort Worth, Texas. Removal of Asbestos: The scope of work includes removal and disposal of the following asbestos-containing or asbestos-contaminated materials utilizing wet methods within full, negative pressure containment equipped with HEPA ventilation from specified areas of the building located at 3401 West Lancaster Avenue, Fort Worth, Texas. All removed materials are to be disposed of as asbestos-containing material. All debris generated from removal is to be disposed of as asbestos-containing waste. The following materials are to be removed from the specified areas.

All asbestos related activities must be performed at a minimum in strict adherence to the Texas Asbestos Hazards and Protection Act, NESHAP, and Occupational Safety and Health Administration (OSHA) rules and regulations. All work performed under the contract shall be in strict adherence to all applicable Federal, State and local rules and regulations. Each provider including subcontractors shall NOT be listed on the Excluded Parties List System (www.epls.gov). Before proceeding on each project the provider including subcontractors will have to certify they are NOT on the EPLS.

ASBESTOS ABATEMENT

Type of Asbestos-Containing Material Estimated Quantity of Asbestos-Containing

Material

Brown Caulking located around metal frames associated with glass blocks 800 SF

White Window Glazing located on first floor, dark brown, windows 17 Windows

Electrical wiring supplying power to light bars located behind glass blocks 2,400 LF

Page 4: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 4 of 30 June 26, 2018

The City will perform the following tasks under this contract:

Provide Asbestos Assessment Reports and Asbestos Removal Specifications;

Provide site contact information;

Provide site access;

Provide Asbestos Consultant Agency to oversee work;

File Texas Department of State Health Services (TDSHS) Asbestos Notification;

Pay applicable TDSHS asbestos notification fees;

If the Provider provides its own personal sampling pumps and PCM cassettes to the City’s Asbestos Consultant, the City’s Consultant will perform the laboratory analysis of the PCM cassettes for OSHA monitoring.

1.2 GENERAL REQUIREMENTS Proposals will be received at the Purchasing Office, City of Fort Worth, 200 Texas Street, Fort Worth, 76102, until 1:30 p.m., Thursday, August 2, 2018 and will be opened and publicly read aloud approximately thirty minutes later in the Council Chambers. The project name is the “REMOVAL, PACKAGING, TRANSPORTATION, and DISPOSAL OF ASBESTOS-CONTAINING MATERIALS FROM 3401 WEST LANCASTER, FORT WORTH, TEXAS.” After evaluating the Proposals submitted, the City will select the Offeror that provides the Best Value to the City and enter into negotiations with that Offeror. The City may discuss with the selected Offeror options for a scope or time modification and any price change associated with such modification. A Pre-Proposal Conference will be held at 7:30 a.m., Thursday, July 12, 2018 at 3401 West Lancaster, Pioneer Tower, Fort Worth, Texas. The offers will be valid for ninety (90) calendar days.

The Proposal Documents submitted in accordance with this Request for Competitive Sealed Proposal shall remain valid for ninety (90) days after the due date.

All Providers must comply with:

Chapter 17, “Human Relations,” Article III, “Discrimination,” Division 3, “Employment Practices,” of the Code of the City of Fort Worth, prohibiting discrimination in employment practices.

Fort Worth ordinance 20020, Business Diversity Enterprises.

Offerors must submit a bid bond with their proposal. Offeror(s) to whom an award of contract(s) is made will be required to provide Payment and Performance Bonds, as required, and provide proof of Contractors General Liability and Statutory Workers Compensation Coverage. Proposal documents, addenda, and specifications may be obtained from the City of Fort Worth Web site at http://www.fortworthgov.org/purchasing/ in portable document format (PDF), or may be viewed at the Environmental Management Division office at 908 Monroe Street, 7th Floor, Fort Worth, Texas 76102, during normal business hours. Contact the Project Manager, Roger Grantham, at 817-392-8592 or email [email protected] for assistance.

Page 5: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 5 of 30 June 26, 2018

1.3 INTERPRETATION OF THE REQUEST FOR PROPOSAL

All requests for an interpretation of the Request for Proposal must be made in writing and submitted to the Environmental Quality Division, by fax, regular mail, or email, at any time up to fourteen (14) calendar days prior to the deadline date for submitting Proposal Packages. The person submitting the request will be responsible for its prompt delivery. No oral requests for interpretation will be answered. The City will issue any interpretation of the Proposal Documents as a formal addendum. The City will attempt to email a copy of each addendum to each person receiving a Proposal Package, when those persons have identified themselves to the City. The City will also post addenda on the web site. The City will not be responsible for any other explanations or interpretations. It is the Provider’s obligation to determine if addenda have been issued prior to the deadline for submitting the Proposal Package. 1.4 CONFLICTS & QUESTIONS Should there be conflicts between the Proposal documents and the final executed contract document; the final contract shall take precedence. Questions regarding this Request for Proposal should be directed in writing immediately to:

Roger Grantham, Environmental Supervisor Environmental Management Division City of Fort Worth 1000 Throckmorton Street, Fort Worth, TX, 76102-6311 Phone 817-392-8592 Fax 817-392-6359 [email protected]

1.5 HOW TO SUBMIT A PROPOSAL PACKAGE Each Provider must submit ONE (1) electronic copy of the entire package shall be submitted on a “flash or

thumb” drive of their Proposal Package to the City. All items to complete the submittal must be included within the Proposal Package or the entire Proposal Package may be considered non-responsive and rejected. In case of ambiguity or lack of clarity, the City reserves the right to adopt the construction most advantageous to the City or to reject the Proposal Package. Proposal Packages must be submitted in a sealed envelope, addressed to the City of Fort Worth Purchasing Division, 200 Texas Street, Fort Worth, Texas 76102. The Proposal Packages must be received by the Purchasing Division no later than 1:30 p.m. on August 2, 2018 The project number must be clearly marked on the envelope and the statement “PROPOSAL DOCUMENTS ENCLOSED, DELIVER TO PURCHASING DIVISION ONLY BEFORE 1:30 on Thursday, August 2, 2018” placed in the lower left-hand corner of the envelope in which the documents are delivered. If the documents are placed in an envelope that is contained inside another envelope, the statement shall be placed on the outermost envelope. Any Proposal Documents not properly marked or not received in the proper place by the proper time will be considered non-responsive.

Page 6: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 6 of 30 June 26, 2018

NO FAXED or EMAILED PROPOSALS WILL BE ACCEPTED

1.6 OPENING OF PROPOSAL The Document entitled "Proposal Summary" in each Proposal Package submitted will be opened and read aloud at 2:00 P.M. on Thursday, August 2, 2018, in the Fort Worth City Council Chambers. The Proposal Packages shall be handled so as to avoid the disclosure of the remainder of their contents to competing offerors and so as to keep such contents secret during negotiations. All Proposal Packages will be open for public inspection after the contract is awarded. However, information in the Proposal Packages subject to the trade secrets exception of the Public Information Act under §552.110 of the Texas Government Code or the confidential information exception under §552.101 of the Texas Government Code will not be open to public inspection. It is the responsibility of the Provider to clearly mark as such any information they deem trade secret or confidential.

REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK

Page 7: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 7 of 30 June 26, 2018

1.7 PROPOSAL EVALUATION CRITERIA The City will select the most highly qualified Provider responding to the request, based upon demonstrated competence and the Proposal. The Proposal will be evaluated by qualitative measures and will be weighted as follows: In determining the Best Value Offeror, the City will consider:

1. Proposed Price (35%)

The lowest priced responsive will receive 35 points for this rating criteria. Higher priced proposals will receive proportionally lower scores. When compared to the lowest price, the higher priced proposal will have its score reduced by one percent (1%) for every percent it is higher than the lowest price. The score will be rounded to the nearest whole number.

2. Proposed Project Schedule (10%)

For this project, the selected contractor will coordinate and work with the City Staff during the construction period.

3. Reputation/Experience (35%)

Reputation and experience of the Offeror (25%) as demonstrated by listing past and current projects including references with names and current telephone numbers; and, list of subcontractors (10%) including subcontractor qualifications. After ranking the responses to the proposal, the City shall first attempt to negotiate a contract with the selected Offeror. The City may discuss with the selected Offeror options for a scope or time modification and any price change associated with the modification. If the City is unable to negotiate a contract with the selected Offeror, the City shall, formally and in writing, end negotiations with that Offeror and proceed to the next Offeror in the order of the selection ranking until a contract is reached or all proposals are rejected. The City may conduct such investigations as deemed necessary to assist in the evaluation of any Proposal and to establish the responsibility, Proposal, and financial ability of the Provider, subcontractors, and other persons who are proposed to work on the project.

4. Minority/Women Business Enterprise (20%)

MBE and WBE proposers, in accordance and consistent with the City’s Business Diversity Enterprise (BDE) Ordinance, will receive Evaluation Preference Points to reflect the City’s strong and serious consideration to use MBEs and WBEs as primes.

Page 8: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 8 of 30 June 26, 2018

1.8 NEGOTIATION OF THE CONTRACT

After selecting the most highly qualified Provider, the City will then attempt to negotiate with the Provider a contract. If a satisfactory contract cannot be negotiated with the most highly qualified Provider, the City shall formally end negotiations with the Provider, select the next most highly qualified Provider, and attempt to negotiate a contract with that Provider. This process shall continue until a contract is entered into, or until the City rejects all submittals and issues a new Request for Proposal based on a new scope of work. The fees under the contract must be consistent with industry standard and may not exceed any maximum provided by law.

During negotiations, the Provider will also respond to the City’s Business Diversity Enterprise (BDE)

Utilization Requirements as set forth in Section 2.3 of this Request for Proposals. The City will negotiate with the successful Provider any final changes to the contract and any exceptions identified in the Proposal Documents. The City is not obligated to accept any exceptions made by Provider. After the negotiations, the City will prepare and issue the contract documents with the notice of award to the successful Provider. 1.9 AWARD OF THE CONTRACT The City will send a notice of award letter to each successful Provider with three (3) sets of contract documents. The successful Providers must execute the contracts in each set and return all three sets to the City. Upon receipt of the three sets, the City will execute each set and issue one set to each Provider with a letter entitled notice to proceed. This letter authorizes work to begin and invoices to be paid. 1.10 RESERVATIONS The City reserves the right to reject any or all Proposal Packages and waive any or all formalities. Upon acceptance of this Proposal by the City Council, the bidder is bound to execute a contract and, if the contract amount exceeds $100,000.00, furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum, to wit: DESCRIPTION OF ITEMS

Base Bid for Asbestos Abatement Activities $__________________________ The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The

Page 9: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 9 of 30 June 26, 2018

appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B.

A. Non-resident vendors in (give state), our principal place of

business, are required to be percent lower than resident bidders by state law.

Non-resident vendors in (give state), are not required to underbid resident bidders.

B. Our principal place of business or corporate offices are in the State of Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder will execute the formal contract and will deliver approved Performance and Payment Bonds for the faithful performance of this contact. The attached deposit check in the sum of Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. MINORITY BUSINESS ENTERPRISE (MBE): (For bids in excess of $50,000) • I am aware that I must submit information concerning the MBE participation within TWO

BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE.

PROVIDER:

______________________________ BY:_____________________________

Company Name (print or type name of signatory)

______________________________ ________________________________ Address (Signature)

______________________________ ________________________________

City, State, Zip Title (print or type)

Page 10: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 10 of 30 June 26, 2018

2.0 PROPOSAL DOCUMENTS

2.1 PROPOSAL DOCUMENT CHECKLIST All Proposal Documents, including this Checklist, must be completed in full and submitted in a sealed envelope, in the requested order, or the Proposal Package may be considered as a non-responsive submittal.

Proposal Documents Initial if Included

1. PROPOSAL DOCUMENT CHECK LIST ___________

2. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ___________

3. MINORITY BUSINESS ENTERPRISES (MBE) ___________

4. PROPOSAL SUMMARY ___________

5. PROPOSAL OF PROVIDER ___________

6. LIST OF SUBCONTRACTORS ___________

7. INSURANCE CERTIFICATES ___________

8. LICENSES & CERTIFICATES ___________

9. LEGAL & COMPLIANCE HISTORY ___________

10. PERFORMANCE AND PAYMENT BONDS ___________

11. BID SECURITY ___________

12. PREVAILING WAGE RATE ___________

13. COMPLIANCE &WORKERS COMPENSATION ___________

I understand that failure to submit all of these items may cause my submittal to be considered non-responsive. Name __________________________________________

Title __________________________________________

Company__________________________________________

Page 11: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 11 of 30 June 26, 2018

2.2 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA

Check if applicable ____ The undersigned acknowledges the receipt of the following addendum (a) to the Request for Proposal, and has attached all addenda following this page. (Add lines if necessary).

__ Addendum Number 1 ________________________ (Date received)

__ Addendum Number 2 ________________________

(Date received) __ Addendum Number 3 ________________________

(Date received)

__ Addendum Number 4 ________________________ (Date received) Check if applicable ____ The undersigned acknowledges the receipt of no addenda to the Request for Proposal.

PROVIDER:

______________________________ BY:_____________________________

Company Name (print or type name of signatory)

______________________________ ________________________________ Address (Signature)

______________________________ ________________________________

City, State, Zip Title (print or type)

Page 12: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 12 of 30 June 26, 2018

2.3 MINORITY BUSINESS ENTERPRISE (MBE) (BEST VALUE PROPOSAL) Minority Business Enterprise Provisions: All Offerors shall note that it is the policy of the City of Fort Worth to ensure the full and equitable participation of Minority Business Enterprises (MBE) in the procurement of goods and services. If the total dollar value of the contract is greater than $100,000, then an MBE subcontracting goal may be applicable. The MBE goal for this project is ? %. Bidders must obtain MBE listings from the City of Fort Worth’s M/WBE Office at 817-392-2674 or email [email protected]. This will ensure that Bidders are acknowledging MBE firms currently certified by the North Central Texas Regional Certification Agency (NCTRCA), Dallas/Fort Worth Minority Supplier Development Council, and Women’s Business Council Southwest, or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth at the time bids are submitted, in order for the participation to be counted towards the established diverse goal.

The undersigned acknowledges the City’s MBE requirements as stated above, and if selected as the most highly qualified provider, will comply with the requirement to submit a utilization plan during contract negotiations.

PROVIDER:

______________________________ BY:_____________________________

Company Name (print or type name of signatory)

______________________________ ________________________________

Address (Signature)

______________________________ ________________________________

City, State, Zip Title (print or type)

Page 13: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 13 of 30 June 26, 2018

2.4 PROPOSAL SUMMARY TO THE CITY OF FORT WORTH: The undersigned hereby proposes to furnish the equipment, labor, materials, superintendence, and any other items or services necessary to perform the required asbestos abatement services as instructed by the City. The Scope of Services is outlined on the following pages of the Proposal Documents.

ASBESTOS ABATEMENT

Type of Asbestos-Containing Material Estimated Quantity of Asbestos-Containing

Material

Brown Caulking located around metal frames associated with glass blocks

800 SF

White Window Glazing located on first floor, dark brown, windows 17 Windows

Electrical wiring supplying power to light bars located behind glass blocks

2,400 LF

TOTAL $

All Proposal Documents have been submitted in one sealed package.

_______ Addenda to the Request for Proposal have been received as acknowledged in Section 2.2.

This Proposal Summary and the accompanying Proposal Documents are intended to be complete and will remain valid for ninety (90) days from the date of submittal.

PROVIDER: ______________________________ BY: ____________________________ (Company Name) (print or type name of signatory) ______________________________ ____________________________ (Address) (Signature) ______________________________ ____________________________ (City, State, Zip) Title (print or type) _________________________________ _______________________________ Phone) (Email)

Page 14: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 14 of 30 June 26, 2018

2.5 PROPOSAL OF THE PROVIDER Provider shall provide its company name, address, telephone number(s), and email addresses for the local office as well as the headquarters.

Provider shall attach a copy of its current Statement of Qualifications (20-page maximum, 11 pt. type minimum). If subcontractors are to be utilized, each subcontractor must be discussed within the statement of Proposal. Within the statement of Proposal the Provider should:

Document Provider’s experience (including references for asbestos abatement services as

discussed in the following Scope of Services. This section should discuss past and current relevant jobs with special focus on LOCAL AREA work.

Submit an organization chart depicting contact arrangement from the City to the Provider and

from the Provider’s representative to other areas within the Provider. Identify key persons by name and title and describe the primary work assigned. This chart must include the individual(s) assigned to ensure the BDE plan is followed.

Submit a brief résumé (one page maximum, 11 pt. type minimum) for the overall key personnel

assigned to this project (Project Manager, Project Site Supervisors, and Asbestos Supervisors) that will PERFORM WORK under this contract. These resumes do not count as part of the overall 20-page limit for the statement of Proposal.

2.5.1 TDSHS Notification and Project Coordination Contractor will be responsible for coordinating with the Environmental Management Division the start date of asbestos abatement to allow for notification to the Texas Department of State Health Services (TDSHS). The City of Fort Worth will prepare and submit the TDSHS notification and pay all TDSHS notification fees.

INCLUDE A COPY OF THE PROPOSAL WITHIN THIS SECTION AND BOUND WITHIN THE PROPOSAL PACKAGE

REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK

Page 15: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 15 of 30 June 26, 2018

Page 16: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 16 of 30 June 26, 2018

2.6 LIST OF SUBCONTRACTORS

Providers shall complete the following information and submit it with the Proposal Documents to permit the City of Fort Worth to more fully evaluate the submittal’s quality prior to awarding the contract.

Subcontractor’s Name

Subcontractor’s Address

Subcontractor’s Telephone No.

Subcontractor’s Email

Proposed Tasks on the Project

IF NECESSARY, PROVIDE MORE SHEETS TO DESCRIBE ADDITIONAL SUBCONTRACTORS.

Page 17: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 17 of 30 June 26, 2018

2.7 INSURANCE

FOR PURPOSES OF THIS REQUEST FOR PROPOSAL, PLEASE ATTACH A COPY OF YOUR CURRENT INSURANCE CERTIFICATE(S) FOLLOWING THIS SECTION AND BOUND WITHIN THE PROPOSAL PACKAGE.

The successful Provider will be required by the contract to have insurance coverage as detailed below. Prior to commencing work, the Provider shall deliver to Fort Worth certificates documenting this coverage. The City may elect to have the Provider submit its entire policy for inspection.

Insurance coverage and limits:

Provider shall provide to the City certificate(s) of insurance documenting policies of the following coverage at minimum limits that are to be in effect prior to commencement of work on the contract: 1. Commercial General Liability

o $1,000,000 each occurrence o $2,000,000 aggregate

2. Automobile Liability

o $1,000,000 each accident, or o $250,000 property damage / $500,000 bodily injury per person per

accident

A commercial business auto policy shall provide coverage on “any auto,” defined as autos owned, hired and non-owned during the course of this project.

3. Worker's Compensation o Coverage A: statutory limits o Coverage B: $100,000 each accident

$500,000 disease - policy limit $100,000 disease - each employee

Waiver of Subrogation required. 4. Professional Liability

o NOT APPLICABLE FOR THIS PROJECT

Professional Liability Insurance shall be written on a project specific basis. The retroactive date shall be coincident with or prior to the date of this contract and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of this contract and for five (5) years following completion of the contract (Tail Coverage). An annual certificate of insurance shall be submitted to the City for each year following completion of this contract.

5. Environmental Impairment Liability and/or Pollution Liability o $4,000,000 per occurrence.

EIL coverage(s) must be included in policies listed in items 1 and 4 above; or, such insurance shall be provided under a separate policy or policies. Liability for

Page 18: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 18 of 30 June 26, 2018

damage occurring while loading, unloading and transporting materials collected under the contract project shall be included under the Automobile Liability insurance or other policy(s).

6. Asbestos Abatement Insurance - $2,000,000 each occurrence with no Sunset

Clause.

Certificates of insurance evidencing that the Provider has obtained all required insurance shall be delivered to the City prior to Provider proceeding with the contract.

1. Applicable policies shall be endorsed to name the City an Additional Insured

thereon, as its interests may appear. The term City shall include its employees, officers, officials, agents, and volunteers as respects the contracted services.

2. Certificate(s) of insurance shall document that insurance coverage specified

according to items in section (a) above are provided under applicable policies documented thereon.

3. Any failure on part of the City to request required insurance documentation shall

not constitute a waiver of the insurance requirements. 4. A minimum of thirty (30) days notice of cancellation or material change in

coverage shall be provided to the City. A ten (10) days notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Provider’s insurance policies. Notice shall be sent to Clarence W. Reed, PhD., City of Fort Worth – TPW, Environmental Management, 1000 Throckmorton, Fort Worth, Texas 76102.

5. Insurers for all policies must be authorized to do business in the state of Texas or

be otherwise approved by the City; and, such insurers shall be acceptable to the City in terms of their financial strength and solvency.

6. Deductible limits, or self-insured retentions, affecting insurance required herein

shall be acceptable to the City in its sole discretion; and, in lieu of traditional insurance, any alternative coverage maintained through insurance pools or risk retention groups must be also approved. Dedicated financial resources or letters of credit may also be acceptable to the City.

7. Applicable policies shall each be endorsed with a waiver of subrogation in favor

of the City as respects the contract. 8. The City shall be entitled, upon its request and without incurring expense, to

review the Provider’s insurance policies including endorsements thereto and, at the City's discretion, the Provider may be required to provide proof of insurance premium payments.

9. The Commercial General Liability insurance policy shall have no exclusions by

endorsements unless the City approves such exclusions. 10. The City shall not be responsible for the direct payment of any insurance premiums

Page 19: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 19 of 30 June 26, 2018

required by the contract. It is understood that insurance cost is an allowable component of Provider’s overhead.

11. All insurance required in section (a) above, except for the Professional Liability

insurance policy, shall be written on an occurrence basis in order to be approved by the City.

12. Subcontractors to the Provider shall be required by the Provider to maintain the

same or reasonably equivalent insurance coverage as required for the Provider. When subcontractors maintain insurance coverage, Provider shall provide City with documentation thereof on a certificate of insurance. Notwithstanding anything to the contrary contained herein, in the event a subcontractor’s insurance coverage is canceled or terminated, such cancellation or termination shall not constitute a breach by Provider of the contract.

2.8 PROVIDER’S LICENSES & CERTIFICATES

Provider shall procure all permits and licenses, pay all charges, costs, and fees, and give all notices necessary and incident to the due and lawful prosecution of the work.

Provider should provide a copy of the appropriate certifications, registrations, and licenses and related certificates (including Subcontractors) with their submittal including but not limited to:

TDSHS Abatement Contractor License;

TDSHS Asbestos Transporter License; and

TCEQ Asbestos Landfill.

(DSHS Abatement Worker and Supervisor Licenses do not need to be included within this submittal) Provider shall provide necessary company licenses and certifications required to complete the project:

current Texas Sales/Use Tax Certificate

current Texas Secretary of State Business/Company Registration exhibiting Officers of Business/Company

current Certificate of Good Standing (Texas Secretary of States’ office) Provider shall complete a staff matrix including the following information detailing the provider’s key personnel, their qualifications, and years of experience for staff that will be providing services associated with this Solicitation. Provider shall provide at least four (4) project references similar in scope and size to that of this Solicitation. Each project reference shall include the following information:

Company’s Name

Name and Title of Contact/Project

Email, Phone, and Address of Contact

Contract/Project Value

Brief Description of Service Provided

Page 20: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 20 of 30 June 26, 2018

Provider shall submit the following items included in this bid submittal, in the same order as listed, following this page, bound within the response.

Project Schedule: Contractors shall provide a project schedule that includes all major tasks pursuant to the Scope of Work and Specifications. The project schedule shall show all tasks in the left most columns and their duration shall be plotted horizontally versus time. A time scale shall be selected so that the complete duration of the project can be shown on paper with a maximum dimension of 11" high by 17" wide. The project schedule must be submitted with the bid. During the term of the contract the Contractor shall submit monthly project schedules showing planned work and actual work accomplished. Schedule of Values: Progress Payments will only be made after completion of those tasks and/or subtasks identified on the Project Schedule and Schedule of Payments. Progress Payments will be made during the project no more frequently than once per month. A payment schedule must be submitted with the Bid showing the name of each task and/or subtask, the name of the deliverable document for each task and/or subtask, total task and/or subtask cost, planned payment dates for each task and/or subtask, and the amount that would be remaining in the contract account. Upon receipt of final project completion documentation, final project payments will be approved. Final payments will not be approved until project completion documentation has been submitted to and approved by the City of Fort Worth.

Provide an organization chart that details the communication channels between the Contractor and City of Fort Worth personnel for this contract.

ATTACH COPIES OF CURRENT APPLICABLE LICENSES AND CERTIFICATES FOLLOWING THIS PAGE AND BOUND WITHIN THE PROPOSAL PACKAGE

REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK

Page 21: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 21 of 30 June 26, 2018

2.9 PROVIDER'S LEGAL AND COMPLIANCE HISTORY Provider's legal and compliance history is a critical component of this Request for Proposal. Read this section with care and respond accordingly. Failure of the Provider to provide all the information requested and to certify the report, will result in the Provider's submittal being declared non-responsive. Provider shall attach a written report of legal action brought against Provider, Provider's officers, Provider's employees, AND Provider's proposed subcontractors relating to the protection of the environment. The terms “legal action” and “relating to the protection of the environment” are defined below. The report shall include all legal action brought within five (5) years of the closing date of this Request for Proposal. The report shall detail the substance, status, and outcome of such legal action. This includes without limitation the names of the agency and/or persons bringing the action, all relevant dates, and all fines, judgments, and/or settlements. Include the following information for each case at a minimum:

Style of Case ( X vs. Y ) Settlement Information (as appropriate)

Cause Number Names / Addresses of all parties named

Court Counsel List and phone numbers

Date of Disposition Judgment and Order of Judgment “LEGAL ACTION” means: ANY enforcement action by the United States Environmental Protection Agency, the Occupational Safety and Health Administration, any other federal agency, the Texas Commission on Environmental Quality (including its predecessor agency the Texas Natural Resource Conservation Commission), the Texas Department of State Health Services (including its predecessor agency the Texas Department of Health), and any other state agency, commission or department, whether in Texas or elsewhere, when such enforcement action is a result of violations, real or alleged, of any laws, licenses, permits, judicial orders, or administrative orders, relating to the protection of the environment. In this context, enforcement action shall include without limitation, written warnings, notices of violation, consent orders or agreements, compliance orders, administrative hearings, civil litigation and criminal prosecution. Legal action also means any civil litigation brought by any person relating to the protection of the environment.

“RELATING TO THE PROTECTION OF THE ENVIRONMENT” means: requirements pertaining to the manufacture, processing, distribution, use, handling, storage, transportation, reporting, records keeping, permitting, licensing, treatment, disposal, emission, discharge, spill, release, or threatened release of hazardous materials, hazardous substances, hazardous wastes, toxic substances, petroleum, industrial waste, solid waste, pollutants or contaminants into or onto the air, surface water, drinking water, groundwater, storm water, publicly owned treatment works, or land. THE REPORT SHALL BE SIGNED AND CERTIFIED by an authorized representative of the Provider, using the form on the following page. The top portion of the form is to be completed if a report of legal action is attached. The bottom portion of the form is to be completed if Provider has no legal action to report. Make certain that the appropriate portion of the form is filled out and signed.

Page 22: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 22 of 30 June 26, 2018

AN AUTHORIZED REPRESENTATIVE OF THE PROVIDER shall mean:

(1) if the Provider is a corporation: the president, secretary, or treasurer, or a vice president of the corporation in charge of a principal business function, or any other person who performs similar policy or decision-making functions for the corporation;

(2) if the Provider is a partnership, a general partner; and (3) if the Provider is a sole proprietorship, the sole proprietor.

INCLUDE A COPY OF THE REPORT OF LEGAL ACTION FOLLOWING THE CERTIFICATION PAGE AND BOUND WITHIN THE PROPOSAL PACKAGE

REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK

Page 23: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 23 of 30 June 26, 2018

Certification of Provider's Legal and Compliance History

Complete ONE of the Following Certifications: Certification of Legal Action Report I certify under penalty of law that the attached Legal Action Report detailing Provider's, Provider's officers, Provider's employees, and Provider's proposed subcontractors legal and compliance history relating to the protection of the environment was prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. PROVIDER: ______________________________ BY:____________________________ Company Name (print or type name of signatory) _______________________________ _______________________________ (signature) Title (print or type) ____________________________ Date Certification of NO Legal Action I certify under penalty of law that the legal and compliance history of Provider, Provider's officers, Provider's employees, and Provider's proposed subcontractors was researched under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering the information, I hereby certify that no legal action relating to the protection of the environment was brought against Provider, Provider's officers, Provider's employees, or Provider's proposed subcontractors within the preceding five years. To the best of my knowledge and belief, this statement is true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations. PROVIDER: ______________________________ BY:____________________________ Company Name (print or type name of signatory) _______________________________ _______________________________ (signature) Title (print or type) ____________________________ Date

Page 24: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 24 of 30 June 26, 2018

2.10 PERFORMANCE AND PAYMENT BONDS For projects in excess of $50,000, the successful bidder entering into a contract for the work will be required to give the City surety in a sum equal to the amount of the contract awarded. The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All bonds furnished hereunder shall meet the requirements of Texas Government Code Section 2253, as amended. In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have obtained reinsurance for any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a reinsurer in the State of Texas and is the holder of a certificate of authority from the United States Secretary of the Treasury to qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon request. The City, in its sole discretion, will determine the adequacy of the proof required herein. No sureties will be accepted by the City that are at the time in default or delinquent on any bonds or which are interested in any litigation against the City. Should any surety on the contract be determined unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the contractor shall immediately provide a new surety satisfactory to the City. If the total contract price is $50,000 or less, payment to the contractor shall be made in one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has been completed and accepted by the City. If the contract is in excess of $50,000, a Payment Bond shall be executed, in the amount of the contract, solely for the protection of all claimants supplying labor and materials in the prosecution of the work. If the contract amount is in excess of $100,000, a Performance Bond shall also be provided, in the amount of the contract, conditioned on the faithful performance of the work in accordance with the plans, specification, and contract documents. Said bond shall be solely for the protection of the City of Fort Worth.

REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK

Page 25: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 25 of 30 June 26, 2018

2.11 BID SECURITY Cashier’s check or an acceptable bidder's bond payable to the City of Fort Worth, in an amount of five (5) per cent of the bid submitted [See paragraph 1 above]. The Bid Security must accompany the bid and is subject to forfeit in the event the successful bidder fails to execute the contract documents within ten (10) days after the contract has been awarded. The Bid Security shall be included in the envelope containing the bid proposal. Failure to submit the Bid Security will result in the proposal not being considered for this project. Bidder's bond will be returned if the City fails to award the contract within 90 calendar days of receipt of bids, unless the Bidder agrees to an extension. The surety must be licensed to do business in the state of Texas.

PLEASE ATTACH BID SECURITY (CASHIER’S CHECK OR BID BOND) WITHIN THE PROPOSAL PACKAGE

REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK

Page 26: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 26 of 30 June 26, 2018

2.12 PREVAILING WAGE RATE A Contractor selected for this project will be required to comply with TEXAS GOVERNMENT CODE, Chapter 2258, with respect to payment of Prevailing Wage Rates for public works contracts. The current wage scale for members of the Building and Construction trade may be found at: http://www.texoassociation.org/Chapter/wagerates.asp. A worker employed on a public work by or on behalf of the City of Fort Worth shall be paid not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the work is performed; and not less than the general prevailing rate of per diem wages for legal holiday and overtime work. A worker is employed on a public work if the worker is employed by a contractor or subcontractor in the execution of a contract for the public work with the City of Fort Worth. The contractor who is awarded a public work contract, or a subcontractor of the contractor, shall pay not less than the prevailing wage rates to a worker employed by it in the execution of the contract. A contractor or subcontractor who violates this requirement shall pay to the City of Fort Worth, $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the contract. This requirement does not prohibit the contractor or subcontractor from paying an employee an amount greater than the prevailing wage rate. The undersigned acknowledges the requirements of Chapter 2258 of the Texas Government Code, and intends to comply with same in the execution of this project.

CONTRACTOR:

______________________________ BY:_____________________________

Company Name (print or type name of signatory)

______________________________ ________________________________ Address (Signature)

______________________________ ________________________________

City, State, Zip Title (print or type)

Page 27: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 27 of 30 June 26, 2018

2.13 WORKER’S COMPENSATION COMPLIANCE

CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW

Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker’s compensation insurance coverage for all of its employees employed on City Project, designated “REMOVAL, PACKAGING, TRANSPORTATION, and DISPOSAL OF ASBESTOS-CONTAINING MATERIALS FROM 3401 WEST LANCASTER, FORT WORTH, TEXAS.” Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor’s certificates of compliance with worker’s compensation coverage. CONTRACTOR: _____________________________________ By: ___________________________________

Company (Please Print) _____________________________________ Signature: ______________________________ Address _____________________________________Title: __________________________________ City/State/Zip (Please Print) THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT §

BEFORE ME, the undersigned authority, on this day personally appeared ___________________________________, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of ____________________________________ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____day of _____________________, 2018 __________________________________ Notary Public in and for the State of Texas

Page 28: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 28 of 30 June 26, 2018

2.13 WORKER’S COMPENSATION COMPLIANCE

CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW

Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker’s compensation insurance coverage for all of its employees employed on City Project, designated “ASBESTOS ABATEMENT AT POLICE TACTICAL CENTER, 3401 WEST LANCASTER , FORT WORTH, TEXAS.” Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor’s certificates of compliance with worker’s compensation coverage. CONTRACTOR: _____________________________________ By: ___________________________________

Company (Please Print) _____________________________________ Signature: ______________________________ Address _____________________________________Title: __________________________________ City/State/Zip (Please Print) THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENTS: COUNTY OF TARRANT §

BEFORE ME, the undersigned authority, on this day personally appeared ___________________________________, known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of ____________________________________ for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this ____day of _____________________, 2018 __________________________________ Notary Public in and for the State of Texas

Page 29: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 29 of 30 June 26, 2018

VENDOR COMPLIANCE TO STATE LAW

The 1985 Session of the Texas Legislature passed House Bill 620 relative to the award of contracts to non-resident bidders. This law provides that, in order to be awarded a contract as low bidder, non-resident bidders (out of state contractors whose corporate offices or principal place of business are outside of the State or Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required too underbid a non-resident bidder in order to obtain a comparable contract in the State in which the non-resident’s principal place of business is located. The appropriate blanks in Section A must be filled out by all out-of-state or non-resident bidders in order for your bid to meet specifications. The failure of out-of-state or non-resident contractors to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Non-Resident vendors in _______________ (give State), our principal place of business, are

required to be _______________ percent lower than resident bidders by State law. A copy of the Statute is attached.

Non-resident vendors in _______________ (give State), our principle place of business, are not required to underbid resident bidders.

B. Our principle place of business or corporate office(s) is in the State of Texas. Bidder: _____________________________________ Company Name By: (Please Print) Signature Title (Please Print)

Page 30: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ENV 18-02 Page 30 of 30 June 26, 2018

3.0 ASBESTOS SURVEY & SPECIFICATIONS

Page 31: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Will Rogers Memorial Complex Pioneer Tower

3401 West Lancaster Avenue Fort Worth, Texas 76107

ASBESTOS AND LEAD PAINT SURVEY

REPORT

City of Fort Worth

Code Compliance Department Environmental Quality Division

1000 Throckmorton Fort Worth, TX 76102

TRC ENVIRONMENTAL CORPORATION

700 HIGHLANDER BOULEVARD SUITE 210

ARLINGTON, TEXAS 76015 TRC Project Number: 265783.00001

Survey Date: May 7-8, 2018 Report Date: May 14, 2018

Page 32: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

TABLE OF CONTENTS

EXECUTIVE SUMMARY .................................................................................................................................................... 1

INTRODUCTION ............................................................................................................................................................... 3

BACKGROUND ................................................................................................................................................................ 3

Asbestos-Containing Materials ........................................................................................................................................... 3

Asbestos Sampling and Analytical Procedures ........................................................................................................................ 3

Paint Chip Sampling and Analytical Procedures ...................................................................................................................... 4

FINDINGS ........................................................................................................................................................................ 5

Asbestos-Containing Materials (>1%) .................................................................................................................................. 5

Negative Materials (No Asbestos Detected) ........................................................................................................................... 5

Paint Chip Sampling Results .............................................................................................................................................. 5

FINDINGS AND RECOMMENDATIONS ............................................................................................................................... 6

Asbestos-Containing Materials ........................................................................................................................................... 6

Lead-Based Paint ............................................................................................................................................................ 7

DISCLAIMER ................................................................................................................................................................... 7

Appendices

Appendix A – Certifications Appendix B – Photographic Log Appendix C – Laboratory Results and Chains of Custody

Page 33: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

- 1 -

EXECUTIVE SUMMARY TRC Environmental Corporation (TRC) conducted a limited scope asbestos and lead paint survey in the Pioneer Tower adjacent to the Will Rogers Auditorium and Coliseum located at 1401 West Lancaster Avenue in Fort Worth, Texas (Site). The inspection was limited to specific areas, structures, and materials identified by TRC and the City of Fort Worth. This asbestos inspection report and lead paint survey report was prepared for TRC for the City of Fort Worth to facilitate future renovation/demolition activities. The survey activities were performed on May 7-8, 2018 by Mr. David Burke, a Texas Department of State Health Services (TDSHS) licensed Individual Asbestos Consultant; who meets the inspector requirements outlined in the Asbestos Hazards Emergency Act (AHERA). Mr. Burke is also an EPA-trained Lead Inspector and Risk Assessor. Certifications can be found in Appendix A. Mr. Burke was escorted by Mr. Jason Pittman of the City of Fort Worth during the survey. The site inspection and reporting were designed as an initial step towards meeting asbestos inspection guidelines and requirements set forth in the National Emissions Standard for Hazardous Air Pollutants (NESHAP) 40 CFR Part 61, the Occupational Safety and Health Administration (OSHA) 29 CFR Part 1926.1101, and the Texas Asbestos Health Protection Rules (TAHPR) 25 TAC 295.31 -.73 and towards meeting lead-based paint survey guidelines and requirements set forth in the federal OSHA Regulation 29 CFR 1926.62, “Lead in Construction” standards. Asbestos-Containing Materials Asbestos-containing materials are defined by state and federal regulations as “any material that contains greater than 1% asbestos.” All suspected ACMs sampled during the site inspection were analyzed by Polarized Light Microscopy (PLM), Environmental Protection Agency (EPA) Method 600/R-93/116. The following table identifies materials shown through analysis to be ACM:

Material Group

#

Material Description Material

Location(s) Friable or

Non-Friable Condition % ACM

# of Samples

Estimated Quantity

M1 Caulk (Brown) Exterior metal frames around

glass block walls NF Good 3-5% Chrysotile 3 800 LF

M2 Window Glazing

(White)

First floor window frames (dark brown)

F Severely Damaged

0.5-2% Chrysotile 2 17 Windows

M4 Electrical wiring

Insulation in Light Bars

Light bars behind

Glass block walls NF? Good Assumed Assumed 2,400 LF

Any materials uncovered during future renovation or demolition activities that were not addressed in this inspection report, or any presumed asbestos containing materials (PACM), must be sampled by an accredited asbestos inspector prior to any disturbance, or they must be treated as ACM.

Page 34: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

- 2 -

Lead-Containing Paint Results of the survey completed by TRC indicated that lead was detected above the reportable limit in the following paint chip samples collected from the facility:

Occupational Safety and Health Administration regulations for lead in construction apply when disturbing materials which contain any amount of lead, and such activities must be conducted according to the regulations set forth in 29 CFR 1926.62. All paints that contain any level of lead are regulated by the OSHA Lead in Construction Standard 29CFR 1926.62. Construction work covered by this standard includes demolition or salvage of structures where lead-containing materials are present; removal or encapsulation of lead-containing materials; renovation of structures, substrates, or portions thereof that have lead-containing materials; installation of materials containing lead; lead contamination cleanup; transportation, storage, and disposal of lead-containing materials; and maintenance operations associated with these construction activities. The analytical lab report is found in Appendix C. In performing these activities, OSHA requires an initial determination that the construction activities used at the job site do not create airborne emissions of lead above the Action Level of 30 µg/m3 (i.e., negative exposure assessment). This exposure assessment may include initial exposure monitoring, historical data that meet certain requirements, or objective data demonstrating that a particular product or material containing lead or a specific process cannot result in employee exposures to lead above the Action Level. The identified lead-containing paint was observed to be in good condition (well adhered) at the time of the survey. TRC recommends that any waste generated through the disturbance of this paint be collected and analyzed by TCLP to assist in determining proper offsite waste disposal methods.

Sample Number

Paint Color

Substrate, Component Location/Surface Lead Result Lab (mg/kg) or PPM

L1 Silver over

orange primer

Steel, structural tension rod First Landing, west wall on turnbuckle 140,000

L2

Silver over orange primer

Steel, stair railing Second Landing, pedestal at stairs 170,000

L3

Silver over orange primer

Steel, structural member Top cupola, steel platform 260,000

Page 35: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

- 3 -

INTRODUCTION TRC Environmental Corporation (TRC) conducted a limited scope asbestos and lead paint survey on the Pioneer Tower located at 1401 West Lancaster Avenue in Fort Worth, TX (Site). The inspection was limited to specific areas, structures, and materials identified by TRC. This asbestos inspection report and lead paint survey report was prepared for the City of Fort Worth to facilitate future renovation/demolition activities. The Will Rogers Memorial Complex is owned and operated by the City of Fort Worth. The Pioneer Tower is comprised of a 208 foot tall concrete block and steel structure with glass block and yellow brick facade on the four sides of the tower. The structure is located between the Will Rogers Auditorium and Coliseum. The Pioneer Tower was built in 1936. The tower itself is not open to the public. The site inspection and survey was limited to specific areas, structures, and materials as identified by TRC. This inspection report was prepared for TRC to facilitate future renovation/demolition activities. The inspection was conducted by accredited building inspectors and in accordance with AHERA. AHERA, set forth by the Environmental Protection Agency (EPA) in 40 CFR Part 763, requires the inspection of public buildings for asbestos. The survey activities were performed on May 7-8, 2018 by Mr. David Burke, a Texas Department of State Health Services (TDSHS) licensed Individual Asbestos Consultant, and an EPA-trained Lead Inspector and Risk Assessor. Applicable training certificates and state licenses are presented in Appendix A. Mr. Burke was escorted by Mr. Jason Pittman of the City of Fort Worth during the survey.

BACKGROUND Historical Asbestos Inspections No asbestos inspections were provided for review. Historical Lead Paint Inspections

No lead based paint inspections were provided for review.

Asbestos-Containing Materials

The Occupational Safety and Health Administration (OSHA) and the U.S. Environmental Protection Agency (EPA) define an asbestos-containing material (ACM) as any material containing more than one percent (>1.0%) asbestos as analyzed by polarized light microscopy (PLM). In addition, ACM are designated as: Friable asbestos- material which can be crumbled, pulverized or reduced to powder by hand pressure, a.k.a. Regulated Asbestos Containing Materials (RACM). Category I Non-friable - includes resilient floor coverings, asphalt roofing products, gaskets and packing. Category II Non-friable - any non-friable ACM that is not in Category I (i.e., asbestos-cement (Transite) siding or roofing material). Asbestos Sampling and Analytical Procedures

Representative bulk samples of suspect asbestos-containing materials (ACM) were randomly collected from interior and exterior locations.

Page 36: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

- 4 -

Homogenous material determination was based on the following criteria:

• Similar physical characteristics (same color and texture, etc.),

• Application (sprayed or trowel-on, assembly into a system, etc.),

• Material function (thermal insulation, floor tile, wallboard system, etc.). The bulk samples were collected, labeled, and shipped to the certified analytical laboratory under proper Chain of Custody (COC) documentation. Condition and approximate quantity assessments of the samples were completed by the accredited inspector during the inspection. The samples were delivered to EMSL Analytical, of Houston, Texas. NVLAP Lab # 102106 / TDSHS license # 30-0159 for analysis by PLM EPA Method 600/R-93/116. The bulk samples were prepared and analyzed in accordance with NVLAP and the EPA Method 40 CFR, Chapter 1, Part 763, Subpart E, Appendix E. The laboratory reports are located in Appendix C. A total of fifteen (15) samples of suspect material were analyzed by PLM utilizing the EPA’s Test Methods: Methods for the Determination of Asbestos in Bulk Building Materials (EPA 600/R-93/116, July 1993) and the McCrone Research Institute’s The Asbestos Particle Atlas as method references. Analysis by PLM was performed by visual observation of the bulk sample and slides prepared of the bulk sample for microscopic examination and identification. The samples were analyzed for asbestos (Chrysotile, Amosite, Crocidolite, Anthophyllite, and Actinolite/Tremolite), fibrous non-asbestos constituents (mineral wool, cellulose, etc.) and non-fibrous constituents. Using a stereoscope, the microscopist visually estimates the relative amounts of each constituent by determining the estimated area of the asbestos compared with the area estimate of the total sample. Paint Chip Sampling and Analytical Procedures The Lead Containing Paint (LCP) Inspection was performed by Mr. David Burke, an EPA-trained Lead Inspector and Risk Assessor. Copies of training certificates are attached in Appendix A. The TDSHS administers and enforces the Texas Environmental Lead Reduction Rules (TELRR). The TELRR only apply to “Child Occupied Facilities” or “Target Housing” as they are defined in the rules, which focus on the identification of LBP. The EPA has defined a LBP as a coating with a lead content equal to, or greater than, 0.5% (5,000 mg/Kg or 1 mg/cm2). The Building is not a Child Occupied Facility or Target Housing, so the TELRR do not apply. The Occupational Safety and Health Administration (OSHA) Lead in Construction Standard (29 CFR 1962.62) does apply to the Building and it requires employers to evaluate possible worker exposure to airborne lead generated while performing work on LCP coated surfaces; however, no specific inspection protocol is outlined in the OSHA Lead in Construction Standard. OSHA has published a “Standard Interpretation” letter that allows the application of objective data by employers when preparing the required worker lead exposure assessments to show that the manual demolition of buildings, manual scraping and manual sanding of material with paint containing less than 0.06% (600 mg/Kg or 0.12 mg/cm2) will not expose workers to an airborne concentration of lead in excess of the current OSHA Action Level of 30 micrograms per cubic meter of air (30 µg/m3) calculated as an 8-hour time-weighted average (TWA). In this report, a LCP is defined as a coating with a lead content equal to, or greater than, 0.06% (600 mg/Kg). TRC’s LCP Inspection protocol for the Building conformed to generally accepted industry standards. A total of three (3) paint chip samples were submitted under proper COC documentation to EMSL Analytical, an AIHA accredited laboratory (ELLAP #157245). Samples were analyzed by Flame Atomic Absorption Spectrometry (AAS) utilizing the U.S. EPA Test Method for Evaluating Solid Waste, Physical / Chemical Methods, EPA SW-846/3050B/7000B.

Page 37: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

- 5 -

FINDINGS Asbestos-Containing Materials (>1%) Laboratory analysis indicated that asbestos was detected in amounts greater than one percent (>1%) in the following materials:

Material Group

#

Material Description

Material Location(s)

Friable or

Non-Friable Condition % ACM # of Samples

Estimated Quantity

M1 Caulk (Brown) Exterior metal frames around

glass block walls NF Good

3-5% Chrysotile

3 800 LF

M2 Window Glazing

(White)

First floor window frames (dark

brown) F

Severely Damaged

0.5-2% Chrysotile

2 17 Windows

M4 Electrical wiring

Insulation in Light Bars

Light bars behind

Glass block walls F Good Assumed Assumed 2,400 LF

Identified ACM can be maintained/managed until such time as demolition, renovation, significant damage, or repair to an ACM is to occur. At that time, ACM must be abated prior to disturbance from renovation or demolition activities by a TDSHS-licensed asbestos abatement contractor in accordance with the Texas Asbestos Health Protection Rules (TAHPR). Furthermore, removal of all asbestos-containing building materials (ACBM) must be performed under the supervision of a TDSHS-licensed Project Manager, air samples collected by a TDSHS-licensed Air Monitoring Technician, and abatement activities and clearance requirements completed in accordance with Federal and State regulations. Negative Materials (No Asbestos Detected)

Analytical laboratory results of the bulk sampling indicated that asbestos was not detected in the following materials:

Material Group

# Material Description Material Location(s)

Friable or Non-

Friable Condition % ACM # of Samples

W1 Concrete Block (Grey) and

Mortar Tower walls NF Good ND 3

W2 Mortar on Glass Block

Walls Upper tower walls NF

Severely Damaged

ND 3

W3 Ceramic Block (Red) and

Mortar Lower level at spiral

staircase NF Good ND 3

W4 Brick (Yellow) and Mortar Exterior Facade NF Good ND 3

M3 Window Glazing (Pink) First floor NE

window F

Severely Damaged

ND 1

F = Friable; NF = Non-Friable; PF = Potentially Friable; ND = None Detected; SF = Square Feet, LF = Linear Feet

Lead Paint Chip Sampling Results

Page 38: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

- 6 -

Analytical laboratory results of the and paint chip sampling are presented in the following table: All paints that contain any level of lead are regulated by the OSHA Lead in Construction Standard 29CFR 1926.62. Construction work covered by this standard includes demolition or salvage of structures where lead-containing materials are present; removal or encapsulation of lead-containing materials; renovation of structures, substrates, or portions thereof that have lead-containing materials; installation of materials containing lead; lead contamination cleanup; transportation, storage, and disposal of lead-containing materials; and maintenance operations associated with these construction activities. The laboratory analytical results can be found in Appendix C. In performing these activities, OSHA requires an initial determination that the construction activities used at the job site do not create

airborne emissions of lead above the Action Level of 30 g/m3 (i.e., negative exposure assessment). This exposure assessment may include initial exposure monitoring, historical data that meet certain requirements, or objective data demonstrating that a particular product or material containing lead or a specific process cannot result in employee exposures to lead above the Action Level. During the exposure assessment, the workers must be protected in the assumption that the work process is going to create airborne

concentrations above the Permissible Exposure Level (PEL) of 50 g/m3. This requires medical monitoring (blood test) for blood lead levels, personal protective equipment (PPE), respiratory protection, a Hazard Communication Program, and a written Compliance Program. If a negative initial determination is achieved during a certain work process, no further monitoring is required. Additional exposure assessment and monitoring is required with any change in process, equipment, controls, or environmental conditions. Employers subject to these work conditions should refer to the OSHA Lead Standard for complete compliance. The TDSHS administers and enforces the Texas Environmental Lead Reduction Rules (TELRR). The TELRR only apply to “Child Occupied Facilities” or “Target Housing” as they are defined in the rules, which focus on the identification of LBP. The EPA has defined a LBP as a coating with a lead content equal to, or greater than, 0.5% (5,000 mg/kg or 1 mg/cm2). The Building is not a Child Occupied Facility or Target Housing and the TELRR do not apply. All laboratory analytical results are contained in Appendix C along with the chain-of-custody documentation, including bulk sample field data sheets and descriptions of sample locations.

FINDINGS AND RECOMMENDATIONS Asbestos-Containing Materials Laboratory analysis indicated that asbestos was detected in amounts greater than one percent (>1%) in the following materials

• Brown Caulk

• White Window Glazing

Sample Number

Paint Color Substrate, Component Location/Surface Lead Result Lab (mg/kg) or PPM

L1 Silver over

orange primer Steel, structural

tension rods First Landing, west wall at turnbuckle 140,000

L2 Silver over

orange primer Steel, stair railing Second Landing, pedestal at stairs 170,000

L3 Silver over

orange primer Steel, structural

members Top cupola, steel platform 260,000

Page 39: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

- 7 -

The following material could not be sampled at the time of the inspection. It is presumed to be asbestos containing until it can be sampled to determine whether it contains asbestos.

• Electrical Wiring Insulation TRC recommends removing the identified ACM by a professional abatement contractor prior to any renovation/demolition activities. Any materials uncovered during future renovation or demolition activities that were not addressed in this inspection report must be sampled by an accredited asbestos inspector prior to any disturbance, or they must be treated as ACM. Lead-Based Paint Paint chip analysis indicated that the following materials are considered lead-based paint:

• Silver paint over orange paint on structural tension rods

• Silver paint over orange paint on staircases and railings

• Silver paint over orange paint on structural steel The results of the paint chip laboratory analysis indicate that lead is present in a concentration of 0.5% by weight or 5,000 ppm or 5,000 mg/kg or higher in multiple areas of the Tower. This is considered “lead-based” paint. In other areas, the results indicated that lead is present in a concentration at or below 0.5% by weight or 5,000 ppm. Because lead was present above the detection limit, this paint is considered to be “lead-containing” paint, although the concentration was below that required to be considered “lead-based” paint. Please note that Occupational Safety and Health Administration regulations for lead in construction apply when disturbing materials which contain any amount of lead. As such, activities which may disturb lead containing paints must be conducted according to the regulations set forth in 29 CFR 1926.62. TRC recommends that any component that contains lead content greater than 5,000 PPM or 1.0 milligrams per square centimeter and is included in a demolition, renovation, or abatement project be handled and disposed of as lead containing material. The identified lead-based and lead-containing paint was observed to be in good condition at the time of the survey. TRC recommends that any waste generated through the disturbance of this paint be collected and analyzed by TCLP to assist in determining proper offsite waste disposal methods. The employer should consult the federal OSHA Regulation 29 CFR 1926.62, “Lead in Construction” standards for complete requirements prior to construction or demolition activities.

DISCLAIMER The content presented in this report is based on data collected during the site inspection and survey, review of pertinent regulations, requirements, guidelines and commonly followed industry standards, and information provided by Client, their clients, agents, and representatives. The work has been conducted in an objective and unbiased manner and in accordance with generally accepted professional practice for this type of work. TRC believes the data and analysis to be accurate and relevant, but cannot accept responsibility for the accuracy or completeness of available documentation or possible withholding of information of other parties. This report is not intended for, and may not be utilized as, a bidding document or as an abatement project specification document.

Page 40: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

- 8 -

TRC appreciates the opportunity to provide you with consulting services. If you have any questions or comments on the information in this report, please contact us. We look forward to working with you on future endeavors. Sincerely, TRC Environmental Company

David H. Burke Lonnie Lyro Individual Asbestos Consultant TRC Senior Reviewer Cell: 214-505-2356

Page 41: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

Appendix A – Certifications

Page 42: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation
Page 43: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation
Page 44: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

AIHA Laboratory Accreditation Programs, LLC

acknowledges that

EMSL Analytical, Inc. 6340 Castleplace Drive, Indianapolis, IN 46250

Laboratory ID: 157245 along with all premises from which key activities are performed, as listed above, has fulfilled the requirements of the AIHA Laboratory Accreditation Programs (AIHA-LAP), LLC accreditation to the ISO/IEC 17025:2005 international standard, General Requirements for the Competence of Testing and Calibration Laboratories in the following:

LABORATORY ACCREDITATION PROGRAMS

INDUSTRIAL HYGIENE Accreditation Expires: June 01, 2019 ENVIRONMENTAL LEAD Accreditation Expires: June 01, 2019 ENVIRONMENTAL MICROBIOLOGY Accreditation Expires: June 01, 2019 FOOD Accreditation Expires: UNIQUE SCOPES Accreditation Expires: Specific Field(s) of Testing (FoT)/Method(s) within each Accreditation Program for which the above named laboratory maintains accreditation is outlined on the attached Scope of Accreditation. Continued accreditation is contingent upon successful on-going compliance with ISO/IEC 17025:2005 and AIHA-LAP, LLC requirements. This certificate is not valid without the attached Scope of Accreditation. Please review the AIHA-LAP, LLC website (www.aihaaccreditedlabs.org) for the most current Scope.

William Walsh, CIH Chairperson, Analytical Accreditation Board

Cheryl O. Morton Managing Director, AIHA Laboratory Accreditation Programs, LLC

Revision 15: 03/30/2016 Date Issued: 05/31/2017

Page 45: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Effective: 10/14/2016 Scope_ELLAP_R7 Page 1 of 1

AIHA Laboratory Accreditation Programs, LLC

SCOPE OF ACCREDITATION EMSL Analytical, Inc. Laboratory ID: 157245 6340 Castleplace Drive, Indianapolis, IN 46250 Issue Date: 05/31/2017 The laboratory is approved for those specific field(s) of testing/methods listed in the table below. Clients are urged to verify the laboratory’s current accreditation status for the particular field(s) of testing/Methods, since these can change due to proficiency status, suspension and/or withdrawal of accreditation. The EPA recognizes the AIHA-LAP, LLC ELLAP program as meeting the requirements of the National Lead Laboratory Accreditation Program (NLLAP) established under Title X of the Residential Lead-Based Paint Hazard Reduction Act of 1992 and includes paint, soil and dust wipe analysis. Air and composited wipes analyses are not included as part of the NLLAP.

Environmental Lead Laboratory Accreditation Program (ELLAP)

Initial Accreditation Date: 09/01/2002

A complete listing of currently accredited Environmental Lead laboratories is available on the AIHA-LAP, LLC website at: http://www.aihaaccreditedlabs.org

Field of Testing (FoT) Technology sub-type/ Detector Method Method Description

(for internal methods only)

Paint EPA SW-846 3050B EPA SW-846 3051A EPA SW-846 7000B

Soil EPA SW-846 3050B EPA SW-846 3051A EPA SW-846 7000B

Settled Dust by Wipe EPA SW-846 3050B EPA SW-846 3051A EPA SW-846 7000B

Airborne Dust NIOSH 7082

Page 46: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

David H. Burke

Individual Asbestos Consultant TxDSHS #10-5803 Expires: 12/21/19

Oklahoma Asbestos Inspector OK DOL #402082 Expires: 10/25/18

Air Monitoring Technician Expires: 10/10/18 Refresher Course

Project Designer Expires: 4/26/19 Refresher Course

Management Planner Expires: 5/10/18 Refresher Course

Building Inspector Expires: 10/25/18 Refresher Course

Page 47: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation
Page 48: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation
Page 49: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

Appendix B –Photographic Log

Page 50: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Limited Asbestos Survey – May 7-8, 2018

Pioneer Tower at Will Rogers Memorial Complex

1401 W. Lancaster Ave.

Fort Worth, TX

Page 1

Photo #1: Pioneer Tower with metal louvers

covering glass block walls. Photo #2: Grey concrete block walls (W1) of

tower viewed from interior.

Photo #3: Glass blocks with mortar (W2) were severely damaged.

Photo #4: Exterior grey/brown caulk (M1) on exterior glass block metal frame.

Photo #5: Window glazing (M2) on ground level

is severely damaged. Photo #6: Metal light poles situated behind

glass block wall presumed to have ACM wiring insulation (M4).

Page 51: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Limited Asbestos Survey – May 7-8, 2018

Pioneer Tower at Will Rogers Memorial Complex

1401 W. Lancaster Ave.

Fort Worth, TX

Page 2

Photo #7: Metal structural tension rod with silver

over orange paint (L1). Photo #8: Interior stair railings with silver over

orange paint (L2).

Photo #9: Interior of tower at staircase. Photo #10: HVAC duct contained no suspect

materials. Behind it is red ceramic tile with mortar (W4).

Photo #11: One window containing pink window glazing (M3) was not ACM.

Photo #12: Dark brown window frames on first floor contain ACM white glazing (M2).

Page 52: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

Asbestos and Lead Paint Survey Report May 14, 2018

The Pioneer Tower at Will Rogers Memorial Complex TRC Project: 265783.00001 3401 West Lancaster Avenue, Fort Worth, Texas

Appendix C – Laboratory Results and Chains of Custody

Page 53: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

EMSL Analytical, Inc.5950 Fairbanks N. Houston Rd. Houston, TX 77040

Tel/Fax: (713) 686-3635 / (713) 686-3645

http://www.EMSL.com / [email protected]

151803060EMSL Order:

Customer ID: ENVC52

Customer PO:

Project ID:

Attention: Phone:David Burke (602) 266-8288

Fax:TRC Environmental Corp. - West Region

Received Date:7878 North 16th Street 05/08/2018 10:35 AM

Analysis Date:Suite 200 05/10/2018

Collected Date:Phoenix, AZ 85020 05/07/2018

Project: City of Fort Worth - Tower at Will Rogers Complex/J. Leik

Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized

Light Microscopy

Sample Description Appearance % Fibrous % Non-Fibrous

Non-Asbestos Asbestos

% Type

W1-1

151803060-0001

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Beige

Non-Fibrous

Homogeneous

1st Landing SW

Corner - Concrete

Block w/Mortar

W1-2

151803060-0002

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Brown/Beige

Non-Fibrous

Homogeneous

1st Wire Mesh

Landing N Wall -

Concrete Block

w/Mortar

W1-3

151803060-0003

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Brown/Beige

Non-Fibrous

Homogeneous

Upper Landing N Wall

- Concrete Block

w/Mortar

W2-1

151803060-0004

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Beige

Non-Fibrous

Homogeneous

1st Wire Mesh

Landing East - Glass

Block Walls w/Mortar

W2-2

151803060-0005

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

White/Beige

Non-Fibrous

Homogeneous

1st Wire Mesh

Landing West - Glass

Block Walls w/Mortar

W2-3

151803060-0006

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Beige

Non-Fibrous

Homogeneous

2nd Wire Mesh

Landing East - Glass

Block Walls w/Mortar

W3-1-Ceramic Block

151803060-0007

None DetectedNon-fibrous (Other)100%Red

Non-Fibrous

Homogeneous

Upper Spiral

Staircase - Red

Ceramic Block and

Mortar

W3-1-Mortar

151803060-0007A

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Gray

Non-Fibrous

Homogeneous

Upper Spiral

Staircase - Red

Ceramic Block and

Mortar

W3-2-Ceramic Block

151803060-0008

None DetectedNon-fibrous (Other)100%Red

Non-Fibrous

Homogeneous

Middle Spiral

Staircase - Red

Ceramic Block and

Mortar

W3-2-Mortar

151803060-0008A

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Gray

Non-Fibrous

Homogeneous

Middle Spiral

Staircase - Red

Ceramic Block and

Mortar

W3-3-Ceramic Block

151803060-0009

None DetectedNon-fibrous (Other)100%Red

Non-Fibrous

Homogeneous

Lower Spiral

Staircase - Red

Ceramic Block and

Mortar

W3-3-Mortar

151803060-0009A

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Gray

Non-Fibrous

Homogeneous

Lower Spiral

Staircase - Red

Ceramic Block and

Mortar

W4-1-Brick

151803060-0010

None DetectedNon-fibrous (Other)100%Yellow

Non-Fibrous

Homogeneous

NW Corner of Tower -

Ground - Yellow Brick

& Mortar

W4-1-Mortar

151803060-0010A

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Beige

Non-Fibrous

Homogeneous

NW Corner of Tower -

Ground - Yellow Brick

& Mortar

Initial report from: 05/10/2018 15:08:41

Page 1 of 2ASB_PLM_0008_0001 - 1.78 Printed: 5/10/2018 2:08 PM

Page 54: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

EMSL Analytical, Inc.5950 Fairbanks N. Houston Rd. Houston, TX 77040

Tel/Fax: (713) 686-3635 / (713) 686-3645

http://www.EMSL.com / [email protected]

151803060EMSL Order:

Customer ID: ENVC52

Customer PO:

Project ID:

Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized

Light Microscopy

Sample Description Appearance % Fibrous % Non-Fibrous

Non-Asbestos Asbestos

% Type

W4-2-Brick

151803060-0011

None DetectedNon-fibrous (Other)100%Yellow

Non-Fibrous

Homogeneous

NW Corner of Tower -

Ground - Yellow Brick

& Mortar

W4-2-Mortar

151803060-0011A

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Beige

Non-Fibrous

Homogeneous

NW Corner of Tower -

Ground - Yellow Brick

& Mortar

W4-3-Brick

151803060-0012

None DetectedNon-fibrous (Other)100%Yellow

Non-Fibrous

Homogeneous

NW Corner of Tower -

Ground Level - Yellow

Brick & Mortar

W4-3-Mortar

151803060-0012A

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Beige

Non-Fibrous

Homogeneous

NW Corner of Tower -

Ground Level - Yellow

Brick & Mortar

M1-1

151803060-0013

3% ChrysotileNon-fibrous (Other)92%Wollastonite5%Brown

Non-Fibrous

Homogeneous

N Wall Above

Entrance W - Brown

Caulk

M1-2

151803060-0014

5% ChrysotileNon-fibrous (Other)90%Wollastonite5%Brown

Non-Fibrous

Homogeneous

N Wall Above

Entrance W - Brown

Caulk

M1-3

151803060-0015

5% ChrysotileNon-fibrous (Other)90%Wollastonite5%Brown

Non-Fibrous

Homogeneous

N Wall Above

Entrance E - Brown

Caulk

Analyst(s)

Jenny Drapela (7)

Michelle Leggett (14)

Michelle Leggett, Laboratory Manager

or Other Approved Signatory

EMSL maintains liability limited to cost of analysis . This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no

responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim

product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government . Non-friable organically bound materials present a problem matrix and therefore EMSL

recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless

requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1%

Samples analyzed by EMSL Analytical, Inc. Houston, TX NVLAP Lab Code 102106-0, AZ 0925, CO AL-15355, LA 04126, TX 300159

Initial report from: 05/10/2018 15:08:41

Page 2 of 2ASB_PLM_0008_0001 - 1.78 Printed: 5/10/2018 2:08 PM

Page 55: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

EMSL Analytical, Inc.5950 Fairbanks N. Houston Rd. Houston, TX 77040

Tel/Fax: (713) 686-3635 / (713) 686-3645

http://www.EMSL.com / [email protected]

151803089EMSL Order:

Customer ID: ENVC52

Customer PO: J. Leik

Project ID:

Attention: Phone:David Burke (602) 266-8288

Fax:TRC Environmental Corp. - West Region

Received Date:7878 North 16th Street 05/09/2018 10:40 AM

Analysis Date:Suite 200 05/10/2018 - 05/11/2018

Collected Date:Phoenix, AZ 85020 05/08/2018

Project: City of Fort Worth / Tower at Will Rogers Complex

Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized

Light Microscopy

Sample Description Appearance % Fibrous % Non-Fibrous

Non-Asbestos Asbestos

% Type

M2-1

151803089-0001

<1% ChrysotileCa Carbonate

Non-fibrous (Other)

20%

75%

Wollastonite5%White/Beige

Non-Fibrous

Homogeneous

White Window

Glazing

M2-2

151803089-0002

2% ChrysotileCa Carbonate

Non-fibrous (Other)

15%

83%

Gray/White/Beige

Non-Fibrous

Homogeneous

White Window

Glazing

M3-1

151803089-0003

None DetectedCa Carbonate

Non-fibrous (Other)

20%

80%

Pink

Non-Fibrous

Homogeneous

Pink Window Glazing

Analyst(s)

Jenny Drapela (2)

Michelle Leggett (1)

Michelle Leggett, Laboratory Manager

or Other Approved Signatory

EMSL maintains liability limited to cost of analysis . This report relates only to the samples reported and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no

responsibility for sample collection activities or analytical method limitations. Interpretation and use of test results are the responsibility of the client. This report must not be used by the client to claim

product certification, approval, or endorsement by NVLAP, NIST or any agency of the federal government . Non-friable organically bound materials present a problem matrix and therefore EMSL

recommends gravimetric reduction prior to analysis. Samples received in good condition unless otherwise noted. Estimated accuracy, precision and uncertainty data available upon request. Unless

requested by the client, building materials manufactured with multiple layers (i.e. linoleum, wallboard, etc.) are reported as a single sample. Reporting limit is 1%

Samples analyzed by EMSL Analytical, Inc. Houston, TX NVLAP Lab Code 102106-0, AZ 0925, CO AL-15355, LA 04126, TX 300159

Initial report from: 05/11/2018 11:34:51

Page 1 of 1ASB_PLM_0008_0001 - 1.78 Printed: 5/11/2018 10:34 AM

Page 56: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ConcentrationAnalyzed RDL LeadClient SampleDescription Collected

Test Report: Lead in Paint Chips by Flame AAS (SW 846 3050B/7000B)*

EMSL Analytical, Inc.6340 CastlePlace Dr., Indianapolis, IN 46250Phone/Fax: (317) 803-2997 / (317) 803-3047http://www.EMSL.com [email protected]

Attn: David BurkeTRC Solutions700 N HighlanderSuite 210Arlington, TX 76015

Received: 05/09/18 9:15 AM

City of Fort Worth - WR Tower

Fax:Phone: (817) 612-9296

Project:

5/7/2018Collected:

161808445CustomerID: TRCS29CustomerPO:ProjectID:

EMSL Order:

Site: SILVER PAINT OVER ORANGE PAINT ON METAL TURNBUCKLE140000 ppm5/9/2018

161808445-000150005/7/2018L1 ppm

Site: SILVER PAINT OVER ORANGE PAINT ON RAILING PEDESTAL170000 ppm5/9/2018

161808445-000250005/7/2018L2 ppm

Site: SILVER OVER ORANGE PAINT ON STRUCTURAL STEEL260000 ppm5/9/2018

161808445-0003100005/7/2018L3 ppm

Page 1 of 1Test Report PB w/RDL-7.32.3 Printed: 5/10/2018 12:41:11 PM

Doug Wiegand, Laboratory Manageror other approved signatory

*Analysis following Lead in Paint by EMSL SOP/Determination of Environmental Lead by FLAA. Reporting limit is 0.010 % wt based on the minimum sample weight per our SOP. Unless noted, results in this report are not blank corrected. This report relates only to the samples reported above and may not be reproduced, except in full, without written approval by EMSL. EMSL bears no responsibility for sample collection activities. Samples received in good condition unless otherwise noted. "<" (less than) result signifies that the analyte was not detected at or above the reporting limit. Measurement of uncertainty is available upon request. The QC data associated with the sample results included in this report meet the recovery and precision requirements unless specifically indicated otherwise. Definitions of modifications are available upon request.Samples analyzed by EMSL Analytical, Inc. Indianapolis, IN AIHA-LAP, LLC--ELLAP 157245, OH E10040

Initial report from 05/10/2018 12:41:11

Page 57: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

OrderID: 151803060

Page 1 Of 2

Page 58: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

OrderID: 151803060

Page 2 Of

2

Page 59: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

OrderID: 151803089

Page 1 Of 1

Page 60: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

OrderID: 161808445

Page 1 Of 2

Page 61: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

OrderID: 161808445

Page 2 Of 2

Page 62: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ADDENDUM TO: Interested Parties FROM: Roger Grantham, Environmental Supervisor DATE: August 6, 2018 RE: Addendum

Pioneer Tower Asbestos Abatement Project Project #: ENV 18-05 : Pioneer Tower ACM As of Monday, August 6, 2018, the following clarifications apply;

1. Will the bid due date be pushed back to accommodate the need to have the proposed scaffolding engineered by the scaffolding contractor?

The Proposal Due Date will be extended by two weeks to the August

30, 2018. All other aspects of the Proposal will be the same as

stated in the Proposal Package.

2. Is scaffolding required or will another form of support be able to be utilized to perform the abatement?

The methodology to achieve the abatement of the asbestos and the

removal of the glass blocks will be dependent upon the contractor

and the contractor’s means. Whether it can be accomplished by

scaffolding the exterior, utilizing a man-lift with high height

capabilities, swing stages, or any other means available are options

to consider.

3. If scaffolding is used, does the City want to leave it in place for the General Contractor to use to replace the blocks and lighting?

If timelines are in proximity to each other, then yes, but the General

Contractor and the Abatement Contractor will need to work out

arrangements to transfer the scaffolding responsibilities.

Page 63: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

4. Where exactly is the asbestos-containing materials (ACM) located?

The asbestos caulking that surrounds the frames that hold the

multiple glass blocks in place. The glazing compound or grout that

surrounds the individual glass blocks is not ACM.

5. Is the ACM contractor going to remove the glass blocks?

Yes the ACM abatement contractor will be removing the glass

blocks from the structure and disposing them as non-asbestos

waste at a local C&D landfill.

6. Is the ACM contractor to remove the aluminum louvers on the outside of the tower? Does these have to be reused or can they be salvaged?

Yes the ACM contractor will need to remove the louvers that cover

the glass blocks and stage them in a safe area so that they can be

reinstalled if needed.

7. Does the Tower need to be made weatherproof and bird-proof after the blocks have been removed?

Yes, the tower will require to be weatherproofed and bird-proofed in

the interim time period between ACM removal and the build-back.

An idea is to attach a thin layer of weatherproofing material to the

backside of the individual louvers while they are staged on the

ground and then re-install them on the tower if necessary.

8. Are you going to abate the caulking around the windows located on the ground level?

Yes, the ACM caulking around the ground-level windows will be

removed from the outside to the greatest extent possible and

replacement caulking will need to be installed. Will Rogers staff will

subsequently repaint the newly installed caulking. The windows

will not be removed.

9. Does the scaffolding need to be secured if it is left in place during the stockshow/rodeo?

Yes, the scaffolding will need to be protected and secured so as to

prevent patrons from climbing on it if it is left standing during the

stock show run.

Page 64: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

10. Do you as-builts and plans for this project?

Yes. Please see links to Elements of Architecture for all

construction related documents plus drone video and pictures:

Drone Footage: https://elementsofarc.box.com/s/0hiu8iyalvrsw79stb6jn90jyy4fwjqc

Original Building Drawings: https://elementsofarc.box.com/s/kyltmezlspbrwukfoojh8eaaw4z8zyy9

Photos we had taken during the assessment project: https://elementsofarc.box.com/s/bo0w4zqxnhn4rbznou5pha0s4ly7g7ka

11. What is the overall construction schedule for this project?

Please see attachment A.

12. Do you have a sign-in Sheet for this project?

Please see attachment B.

13. Is the assumed asbestos electrical wiring going to be completely removed for this project?

No. All wiring will be evaluated for present and/or future usage for

the project. For bidding purposes for this proposal, please consider

removal costs for the following amount of assumed asbestos wiring

as an additional add-on cost if determined necessary:

Asbestos Material Amount COST

Assumed Asbestos

Wiring

1,000 LF $

14. Can we drill into the side of the tower to secure the scaffolding?

Due to the historic nature and designation for the Will Rogers

Memorial Complex, minimal intrusion for attachments of the

scaffolding and/or any other means of access support may be

utilized to support the method chosen to conduct the work activities

as described within the scope.

Page 65: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

ATTACHMENTS

Page 66: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation
Page 67: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation
Page 68: REQUEST FOR PROPOSALSfortworthtexas.gov/files/d55b79d2-beff-4b88-95bd-3bc1d5592e62.pdf · 2.6 LIST OF SUBCONTRACTORS _____ 16 2.7 INSURANCE ... containment equipped with HEPA ventilation

City of Fort Worth  ‐ Pioneer Tower Project Schedule

6/14/2018

Project Duration 6/12/2018 12/1/2019

Award Design Contract (Circulate) 6/13/2018 6/20/2018

Project Kick‐off Meeting 6/15/2018

Schematic Design Phase (thru 30%) 6/15/2018 9/3/2018Site Prep for Testing 6/18/2018 6/25/2018

Structural Testing 6/25/2018 7/23/2018

Structural Design 7/23/2018 8/20/2018

Architectural Design 6/25/2018 8/20/2018

Lighting Investigation 8/1/2018 8/20/2018

SD Team Review 8/20/2018 8/27/2018

CFW Review 8/27/2018 9/3/2018

Design Development Phase (thru 60%) 9/4/2018 10/31/2018Architectural Design 9/4/2018 10/12/2018

Structural Design 9/4/2018 10/12/2018

Electrical Design 9/4/2018 10/12/2018

DD Team Review 10/15/2018 10/22/2018

CFW Review 10/23/2018 10/31/2018

Const Documents Phase (thru 95%) 11/1/2018 1/8/2019Architectural Design 11/1/2018 11/30/2018

Structural Design 11/1/2018 11/30/2018

Electrical Design 11/1/2018 11/30/2018

CD Team Review 12/3/2018 12/10/2018

CFW Review 12/11/2018 12/17/2018

Final Documents 12/18/2018 1/8/2019

Permitting 1/9/2019 2/13/2019

Asbestos Abatement 10/16/2018 1/10/2019

Construction

Pre‐Contract Tasks 6/15/2018 7/9/2018

Award Construction Contract (Circulate) 6/26/2018 7/9/2018

Construction Tasks 7/10/2018 1/18/2019

Construction Tasks 2/13/2019 10/1/2019

Final Inspect & Completion (Punch List) 10/1/2019 10/31/2019

Take Occupancy 10/31/2019 10/31/2019

Green Sheet (CoFW Project Close Out) 10/31/2019 11/30/2019

Stock Show (No Construction) 1/18/2019 2/9/2019

Dec2018 2019

Jun Jul Aug Sept Oct NovDec MayJun Sept Oct NovJul Aug Jan Feb Mar Apr