COUNCIL ROCK SCHOOL DISTRICT HOLLAND ES ASBESTOS ABATEMENT BID #12-10 BID PACKAGE:

Size: px
Start display at page:

Download "COUNCIL ROCK SCHOOL DISTRICT HOLLAND ES ASBESTOS ABATEMENT BID #12-10 BID PACKAGE:"

Transcription

1 COUNCIL ROCK SCHOOL DISTRICT HOLLAND ES ASBESTOS ABATEMENT BID #12-10 JANUARY 2012 BID PACKAGE: Advertisement Instruction to Bidders Prevailing Wage Rates Scope of Work/Bid Forms Sample Agreement Synertech, Inc. Specifications Drawings: o PH-5 Phasing Floor Plan o PH-6 Phasing Floor Plan Holland Elementary School Additions and Renovations Project Manual Volume 1 Divisions 00 and 01 Dated 17 January 2012 C:\+Doug & Tom's Folders\1112 Capital\HES ACM SECOND PROJECT \Coverpage

2 COUNCIL ROCK SCHOOL DISTRICT Administration & Business Office 30 North Chancellor Street Newtown, PA January 2012 Prospective Bidders: Attached herewith are instructions and proposal sheets for the submission of bid proposals for the provision of the following services to the Council Rock School District, Bucks County, Pennsylvania: Holland ES Asbestos Abatement Project. All bid proposals are due on or before 2:00 PM Thursday, February 16, Please return one (1)-completed copy of your bid proposal in a sealed envelope clearly marked "Sealed Bid - Holland ES Asbestos Abatement Project #12-10 to: Nancy McGlade Purchasing Secretary Council Rock School District 30 North Chancellor Street Newtown, PA Council Rock School District is an equal opportunity education institution and will not discriminate on the basis of race, color, ethnicity, national origin, religion, ancestry, age, sex, sexual orientation, marital status, familial status or non-job-related disability in its activities, programs, contracts or employment practices. For information regarding civil rights or grievance procedures, contact Mr. Mark Klein at Council Rock Administration Offices, 30 North Chancellor Street, Newtown, PA For information regarding services, activities and facilities that are accessible to and usable by handicapped or disabled persons, contact Charles Lambert, Director of Special Services. Notwithstanding anything contained herein expressly or implicitly to the contrary, the Council Rock School District reserves the right to reject any or all bid proposals submitted in response hereto. By submitting a bid proposal hereunder, a bidder acknowledges that this invitation for bid proposals does not constitute an offer to contract and, further, that no agreement between the Council Rock School District and any bidder shall be formed until and unless such agreement is reduced to a writing dated subsequent to the submission deadline for bids and in a form substantially similar to the Independent Contractor Agreement set forth below and signed by the President of the Board of the Council Rock School District.. Respectfully, Council Rock School District Douglas Taylor Doug Taylor, Assoc. AIA, AVS Supervisor of Operational Services

3 COUNCIL ROCK SCHOOL DISTRICT 30 North Chancellor Street Newtown, PA Instruction to Bidders 1. Bidders are expected to examine the specifications and all instructions. Failure to do so will be at the bidders risk. (Bidders are expected to inspect the site and become familiar with the specifications, all measurements and other documents that would form part of the contract and requirements as necessary to satisfy themselves in regard to the character and amount of work required. Bids must be signed by an authorized officer or agent of the Bidding Company together with proof of corporate authority and corporate seal affixed to the last page of the bid.) 2. There is a mandatory pre-bid meeting scheduled at Holland ES, 597 Beverly Road, Holland, PA on Wednesday, February 8, 2012 at 4:00PM. 3. Bids will be submitted to the Council Rock School District s Business Office, 30 North Chancellor Street, Newtown, PA as specified in the covering letter and clearly marked SEALED BID. 4. The Non-Collusion Affidavit as attached must be executed by the member, officer or employee of the bidder who makes the final decision on prices and the amount quoted in the bid. 5. Bids and modifications or withdrawals thereof received after the time set for the bid opening of same will not be considered. 6. Sealed Bids will be received at the Council Rock Business Offices, 30 North Chancellor Street, Newtown, PA as specified in the covering letter until 2:00 PM on February 16, 2012 and at that time publicly opened. 7. No agreement between the Council Rock School District and any bidder shall be formed until and unless such agreement is reduced to a writing dated subsequent to the bid submission deadline, in a form substantially similar to the Independent Contractor Agreement set forth below and signed by the President of the Board of the Council Rock School District. 8. A successful bidding contractor will carry out all work in strict accordance with specifications as approved and accepted by the Council Rock School District and any work not conforming will be reinstated or replaced at the contractor s expense. 9. All bids must conform to the specifications as listed; however, the Board reserves the right to waive any and all failures to meet specifications. 10. The privilege is reserved to the School District to reject any materials furnished, which are not in strict compliance with the requirements of the specifications. 11. The vendor shall bring to the attention of the district any discrepancies or omissions noted on the specifications and all pertinent documents. 12. The Contractor is responsible for providing the custodial services required to dust, clean, wax and buff the work area and return it to its original condition of cleanliness. 13. All debris shall be removed from the premises immediately following completion of the work and disposed of in accordance with all Local, State, and Federal regulations.

4 14. Every precaution shall be made to protect the building and grounds during the course of the work. If damage is caused by the Contractor, the Contractor and his insurance must remedy the damage at no cost to the Council Rock School District. 15. All work shall be done at the convenience of the School District. 16. The School District reserves the right to change, increase, or reduces the work as necessary and in such event shall notify the contractor in writing, provided suitable adjustment is made in the original contract price. 17. PREVAILING WAGES 1. The general prevailing minimum wage rates including contributions for employee benefits as shall have been determined by the Secretary of Labor and Industry (hereinafter Secretary ), shall be paid to the workmen employed in the performance of the Contract. 2. The Contractor shall pay no less than the wage rates as determined in the decision of the Secretary and shall comply with the conditions of the Pennsylvania Prevailing Wage Act approved August 15, 1961 (Act No. 442), as amended August 9, 1963 (Act No. 342), and the Regulations issued pursuant thereto, to assure the full and proper payment of said rates. 3. These provisions shall apply to all work performed on the Contract by the Contractor and to all work performed on the Contract and any and all subcontractors. 4. The Contractor shall insert in each of his subcontracts all of the stipulations contained in these required provisions. 5. No workmen may be employed on the Work except in accordance with the classifications set forth in the decision of the Secretary. In the event that additional or different classifications are necessary the procedure set forth in the Regulations shall be followed. 6. All workmen employed or working on the Work shall be paid unconditionally, regardless of whether any contractual relationship exists or the contractual relationship which may be alleged to exist between and contractor, subcontractor and workmen, not less than once a week without deductions or rebate, on any account, either directly or indirectly, except authorized deductions, the full amount due at the time of payment, computed at the rates applicable to the time worked in the appropriate classification. Nothing in the Contract, the Act or the Regulations shall prohibit the payment of more than the general prevailing minimum wage rates as determined by the Secretary to the workmen on the Work. 7. The Contractor and each subcontractor shall post for the entire period of construction the wage determination decisions of the Secretary, including the effective date of any changes thereof, in a prominent and easily accessible place or places at the site of the work and at such place or places used by them to pay workmen their wages. The posting notice of wage rates must contain the following information: a. Name of Project b. Name of public body of which it is constructed. c. The crafts and classifications of workmen listed in the Secretary s general prevailing minimum wage rate determination for the particular project. d. The general prevailing minimum wage rates determined for each craft and classification and the effective date of any changes. e. A statement advising workmen that if they have been paid less than the general prevailing minimum wage rate for their job classification or that the Contractor and/or subcontractor are not complying with the Act or the Regulations in any manner whatsoever, they may file a protest with the Secretary within three (3) months of the date of the occurrence, objecting to the payment to the Contractor to the extent of the amount or amounts due or to become due to them as wages for work performed on the Project. Any workmen paid less than the rate specified in the Contract shall have a civil right of action for the difference between the wage paid and wages stipulated in the Contract, which right of action must be exercised within six (6) months from the occurrence of the event creating such right.

5 8. The Contractor and all subcontractors, shall keep an accurate record showing the name, craft and/or classification, number of hours worked per day, and the actual hourly rate of wage paid (including employee benefits) to each workman employed by him in connection with the Work and such record must include any deductions from each workman. The record shall be preserved for two (2) years from the date of payment and shall open at all reasonable hours to the inspection of the Owner and to the Secretary or his duly authorized representative. 9. Apprentices shall be limited to such numbers as shall be in accordance with a bona fide apprenticeship program registered with and approved by the Pennsylvania Apprenticeship and Training Council and only apprentices whose training and employment are in full compliance with the provisions of the Apprenticeship and Training Act approved July 14, 1961 (Act No. 304) and the Rules and Regulation issued pursuant thereto shall be employed on the Work. Any workmen using the tools of a craft that does not qualify as an apprentice within the provisions of this submission shall be paid the rate predetermined for journeyman in that particular craft and/or classification. 10. Wages shall be paid without any deductions except authorized deductions. Employers not party to a contract requiring contributions for employee benefits which the Secretary has determined to be included in the general prevailing minimum wage rate shall pay the monetary equivalent thereof directly to the workman. 11. Payment of compensation to workmen for work performed on public work on a lump sum basis, or a piece work system, or a price certain for the completion of a certain amount of work, or the production of a certain result shall be deemed a violation of the Act and the Regulations, regardless of the average hourly earnings resulting there from. 12. Each Contractor and each subcontractor shall file a statement each week and a final statement at the conclusion of the Work on the Contract with Owner, under oath, and in form satisfactory to the Secretary, certifying that all workmen have been paid wages in strict conformity with the provisions of the contract as prescribed by the Regulations, or if any wages remain unpaid, to the amount of wages due and owing to each workman respectively. 13. The provisions of the Act and the Regulations are incorporated by reference herein. 18. Pursuant to 62 Pa.C.S.A. 3701, the Contractor agrees as follows: 1. In the hiring of employees for the performance of Work under the Contract or any subcontract, no Contractor, subcontractor or any person acting on behalf of the Contractor or subcontractor shall by reason of gender, race, creed or color discriminate against any citizen of this Commonwealth who is qualified and available to perform the Work to which the employment relates. 2. No Contractor or subcontractor or any person on their behalf shall in any manner discriminate against or intimidate any employee hired for the performance of work under the Contract on account of gender, race, creed or color. 3. The Contract may be canceled or terminated by the District, and all money due or to become due under the Contract may be forfeited for a violation of the terms or conditions of that portion of the Contract. 19. HUMAN RELATIONS ACT - The Contractor acknowledges application of the Pennsylvania Human Relations Act, 43 P.S. 951, et seq., prohibiting discrimination based on race, color, ethnicity, national origin, religion, ancestry, age, sex, sexual orientation, marital status, familial status or non-job-related disability, by employers, employment agencies, labor organizations, contractors and others. The Contractor shall comply with the provisions of the Act, as amended, which is hereby made a part of these specifications. 20. STANDARD OF QUALITY - The various materials and products specified in the specifications by name or description are given to establish a standard of quality and of cost for bid purposes. It is not the intent to limit the acceptance to any one material or product specified, but rather to name or describe it as the absolute minimum standard that is desired and acceptable. A material or product of lesser quality would not be acceptable. Where

6 proprietary names are used, whether or not followed by the works or an approved equal, they shall be subject to equals only as approved by the architect and/or engineers. 21. The successful bidder, who is awarded the contract, shall furnish evidence of insurance coverage as follows: a. Commercial general liability insurance which insures against claims for bodily injury (including death) and property damage arising out of or in connection with any operations or work under the contract whether such operations be by Contractor, its employees or Subcontractors or their employees. The policy shall provide minimum coverage limits as follows: $1,000,000 combined single limit per occurrence; $3,000,000 general aggregate; $3,000,000 products/completed operations aggregate. Any aggregate limit shall apply per project. This insurance shall name the District, its elected and appointed officials, servants, agents and employees as additional insureds. The commercial general liability policy shall afford coverage for explosion, collapse and underground hazards, contractual liability and liability arising from independent contractors. Products and completed operations insurance shall be maintained for two years after completion of the work specified herein. b. Business auto liability insurance that insures against bodily injury and property damage claims arising out of the maintenance, use or operation of any auto. The minimum limit shall be a combined single limit of $1,000,000 per accident. This policy shall include the Motor Carrier Act endorsement if applicable. c. Workers compensation insurance which satisfies Contractor s workers compensation obligation to its employees in the states in which they operate on the District s behalf. In any event, the employers liability insurance shall be secured by Contractor with minimum limits of $100,000 per employee for bodily injury by accident, $100,000 per employee for bodily injury by disease and a $500,000 aggregate policy limit for bodily injury by disease. Coverage for Pennsylvania benefits must be specifically referenced on certificates and certified policies provided by the District. d. Umbrella excess liability insurance written to apply in excess of commercial general liability insurance, business auto liability insurance and employer s liability insurance. The policy shall provide minimum limits as follows: $5,000,000 each occurrence $5,000,000 aggregate (other than products/completed operations) $5,000,000 products/completed operations aggregate 22. The Board of School Directors of the Council Rock School District reserves the right to make award by items, classes, groups of items or as a whole, to reject any or all bids and to waive technicalities or formalities in their execution and filling if deemed advantageous for the Council Rock School District. The School Board also reserves the right to reject any or all material furnished which, in their opinion, is not in strict compliance and conformity with the requirements of the specifications. The bidder, at his own expense must remove and replace any article so rejected by the Board.

7 23. In accordance with Act 3 of the 1978 General Assembly of the Commonwealth of Pennsylvania, if any steel or steel products are to be used or supplied in the performance of this Contract, only those produced in the United States as defined therein shall be used or supplied in the performance of the contract or any subcontracts thereunder. In accordance with Act 161 of 1982, cast iron products shall also be included and produced in the United States. Act 141 of 1984 further defines steel products to include machinery and equipment. The act also provides clarifications and penalties. 24. Contractor will operate within the policies of the District and the goals, policies and procedures now or at some date established or approved by the District s administration with regard to the safety of pupils, the security of the District s grounds and buildings and the District s operations generally. Contractor shall maintain a current Child Abuse History Clearance as provided by the Pennsylvania Department of Public Welfare (Act 111), provide a satisfactory criminal history background check (Act 34 PA), and FBI fingerprinting clearance (Act 114) to the District for each individual engaged by Contractor to provide services who will come in direct contact with children in providing such services, including Contractor. 25. All workmen employed by the Contractor shall be competent and first class workmen, duly skilled in their respective branches of labor. 26. Bidder shall submit a Bid Bond in the amount of ten (10) percent of the total bid or a certified, bank cashier s or treasurer s check in the amount of five (5) percent of the total bid. 27. The successful bidder will be required to submit a performance and payment bond acceptable to Council Rock School District for 100% of the project cost and upon completion of the stated work provide to the District a two-year maintenance bond.

8 Council Rock School District 30 North Chancellor Street Newtown, PA INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid. According to the Pennsylvania Anti Bid-Rigging Act, 62 Pa.C.S.A et seq., governmental agencies may require Non-Collusion Affidavits to be submitted together with bids. 2. The member, officer or employee of the bidder who makes the final decision on prices must execute this Non-Collusion Affidavit and the amount quoted in the bid. 3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connection with the submission of bids is unlawful and may be subject to criminal prosecution. The person who signed the affidavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the preparation, approval or submission of the Bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an Affidavit must be submitted separately on behalf of each party. 5. The term complementary bid as used in the Affidavit has the meaning commonly associated with the term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition. 6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the bid.

9 Council Rock School District 30 North Chancellor Street Newtown, PA NON-COLLUSION AFFIDAVIT State of : County of : : s.s. I state that I am (Title) of (Name of my Firm) and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: 1. The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder and they will not be disclosed before bid opening. 3. No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher that this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. 5., its affiliates, subsidiaries, officers directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: I state that (Name of Firm) understands and acknowledges that the above representations are material and important, and will be relied on by Council Rock School District in awarding the contract(s) for which this bid is submitted. I understand that my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from Council Rock School District of the true facts relating to the submission for this contract. SWORN TO AND SUBSCRIBED BEFORE ME THIS DAY of, 20. (Names and Company Position) Notary Public My Commission Expires C:\+Doug & Tom's Folders\1112 Capital\HES ACM SECOND PROJECT \ITB HES 12-12

10 PREVAILING WAGES PROJECT RATES *Prevailing wage rates have been modified for this project. Please use the new posted wage rates. Modified Date: 1/31/2012 Project Name: Holland Elementary School Asbestos Abatement Project #12-10 Awarding Agency: Council Rock School District Contract Award Date: 3/1/2012 Serial Number: Project Classification: Building Determination Date: 1/27/2012 Assigned Field Office: Philadelphia Field Office Phone Number: Toll Free Phone Number: Bucks County Building Asbestos & Insulation Workers Asbestos & Insulation Workers Boilermaker (Commercial, Institutional, and Minor Repair Work) Boilermaker (Commercial, Institutional, and Minor Repair Work) Boilermakers Boilermakers Bricklayer Bricklayer Bricklayer Carpenter - Chief of Party (Surveying & Layout) Carpenter - Chief of Party (Surveying & Layout) Carpenter - Instrument Person (Surveying & Layout) Carpenter - Instrument Person (Surveying & Layout) Carpenter - Rodman (Surveying & Layout) Carpenter - Rodman (Surveying & Layout) Carpenters Carpenters Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2010 $39.64 $28.00 $ /1/2011 $40.39 $28.00 $ /1/2010 $23.59 $15.15 $ /1/2011 $24.22 $16.02 $ /1/2011 $37.35 $28.12 $ /1/2012 $37.62 $29.85 $ /1/2009 $33.97 $21.74 $ /1/2010 $33.97 $22.49 $ /1/2011 $33.97 $23.29 $ /1/2010 $40.19 $23.34 $ /1/2011 $40.77 $23.84 $ /1/2010 $34.95 $23.34 $ /1/2011 $35.45 $23.84 $ /1/2010 $18.17 $20.55 $ /1/2011 $18.43 $21.38 $ /1/2010 $34.95 $23.34 $ /1/2011 $35.45 $23.84 $59.29 Page 1 of 9 02/01/2012

11 PREVAILING WAGES PROJECT RATES Building Cement Masons Cement Masons Cement Masons DockBuilder/Pile Drivers (Building, Heavy & Highway) DockBuilder/Pile Drivers (Building, Heavy & Highway) DockBuilder/Pile Drivers (Building, Heavy & Highway) DockBuilder/Pile Drivers Divers (Building Heavy & Highway) Drapery Installers Drywall Finisher Drywall Finisher Drywall Finisher Electric Lineman Electric Lineman Electric Lineman Electric Lineman Electric Lineman Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Elevator Constructor Elevator Constructor Floor Layer Glazier Glazier Glazier Iron Workers (Bridge, Structural, Ornamental, Precast) Iron Workers (Bridge, Structural, Ornamental, Precast) Iron Workers (Bridge, Structural, Ornamental, Precast) Iron Workers (Riggers) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 11/1/2009 $32.20 $24.96 $ /1/2010 $32.20 $25.71 $ /1/2011 $32.45 $26.46 $ /1/2009 $37.50 $26.63 $ /1/2010 $37.60 $27.57 $ /1/2011 $38.15 $28.27 $ /1/2010 $45.12 $27.57 $ /1/2009 $31.09 $21.34 $ /1/2009 $32.79 $21.37 $ /1/2010 $33.00 $22.41 $ /1/2011 $33.11 $23.45 $ /31/2010 $44.62 $19.50 $ /31/2011 $45.63 $19.77 $ /28/2011 $46.67 $20.04 $ /28/2012 $47.72 $20.33 $ /26/2012 $48.79 $20.61 $ /3/2010 $46.85 $26.13 $ /2/2011 $46.85 $29.89 $ /30/2012 $48.68 $31.06 $ /1/2011 $48.15 $21.99 $ /1/2012 $48.30 $23.84 $ /1/2010 $37.41 $24.06 $ /1/2009 $36.64 $23.81 $ /1/2010 $36.67 $24.53 $ /1/2011 $37.35 $25.25 $ /1/2010 $44.70 $26.69 $ /1/2011 $44.70 $27.19 $ /1/2012 $44.70 $28.14 $ /1/2009 $34.77 $17.25 $52.02 Page 2 of 9 Serial Number:

12 PREVAILING WAGES PROJECT RATES Building Iron Workers (Riggers) Iron Workers (Riggers) Iron Workers - Reinforcing Steel Mesh - Rebar Iron Workers - Reinforcing Steel Mesh - Rebar Iron Workers - Reinforcing Steel Mesh - Rebar Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 04 - See notes) Laborers (Class 05 - See notes) Landscape Laborer Marble Finisher Marble Finisher Marble Finisher Marble Mason Marble Mason Marble Setters Millwright Millwright Millwright Millwright Operators Class 01 - See Notes (Building, Heavy, Highway) Operators Class 01 - See Notes (Building, Heavy, Highway) Operators Class 01 - See Notes (Building, Heavy, Highway) Operators Class 01 - See Notes (Building, Heavy, Highway) Operators Class 01 - See Notes (Building, Heavy, Highway) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 7/1/2010 $35.02 $17.75 $ /1/2011 $35.52 $23.98 $ /1/2009 $37.18 $24.40 $ /1/2010 $37.43 $24.90 $ /1/2011 $38.03 $25.40 $ /1/2010 $23.85 $22.30 $ /1/2011 $24.75 $22.30 $ /1/2010 $25.97 $21.73 $ /1/2011 $26.87 $21.73 $ /1/2010 $24.37 $22.28 $ /1/2011 $25.17 $22.28 $ /1/2011 $25.27 $21.65 $ /1/2011 $25.42 $21.45 $ /1/2009 $19.31 $19.98 $ /1/2009 $28.63 $19.22 $ /1/2010 $28.63 $19.97 $ /1/2011 $28.68 $20.72 $ /1/2009 $34.36 $21.02 $ /1/2010 $34.36 $21.77 $ /1/2011 $34.35 $22.58 $ /1/2008 $33.97 $23.50 $ /1/2009 $35.13 $25.49 $ /1/2010 $35.13 $26.33 $ /1/2011 $35.78 $26.99 $ /1/2009 $40.04 $21.07 $ /1/2010 $40.04 $22.07 $ /1/2011 $40.04 $23.42 $ /1/2012 $41.08 $23.83 $ /1/2013 $42.12 $24.24 $66.36 Page 3 of 9 Serial Number:

13 PREVAILING WAGES PROJECT RATES Building Operators Class 01a - See Notes (Building, Heavy, Highway) Operators Class 01a - See Notes (Building, Heavy, Highway) Operators Class 01a - See Notes (Building, Heavy, Highway) Operators Class 01a - See Notes (Building, Heavy, Highway) Operators Class 01a - See Notes (Building, Heavy, Highway) Operators Class 02 - See Notes (Building, Heavy, Highway) Operators Class 02 - See Notes (Building, Heavy, Highway) Operators Class 02 - See Notes (Building, Heavy, Highway) Operators Class 02 - See Notes (Building, Heavy, Highway) Operators Class 02 - See Notes (Building, Heavy, Highway) Operators Class 02a - See Notes (Building, Heavy, Highway) Operators Class 02a - See Notes (Building, Heavy, Highway) Operators Class 02a - See Notes (Building, Heavy, Highway) Operators Class 02a - See Notes (Building, Heavy, Highway) Operators Class 02a - See Notes (Building, Heavy, Highway) Operators Class 03 - See Notes (Building, Heavy, Highway) Operators Class 03 - See Notes (Building, Heavy, Highway) Operators Class 03 - See Notes (Building, Heavy, Highway) Operators Class 03 - See Notes (Building, Heavy, Highway) Operators Class 03 - See Notes (Building, Heavy, Highway) Operators Class 04 - See Notes (Building, Heavy, Highway) Operators Class 04 - See Notes (Building, Heavy, Highway) Operators Class 04 - See Notes (Building, Heavy, Highway) Operators Class 04 - See Notes (Building, Heavy, Highway) Operators Class 04 - See Notes (Building, Heavy, Highway) Operators Class 05 - See Notes (Building, Heavy, Highway) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2009 $43.04 $21.96 $ /1/2010 $43.04 $22.96 $ /1/2011 $43.04 $24.31 $ /1/2012 $44.09 $24.71 $ /1/2013 $45.13 $25.12 $ /1/2009 $39.79 $21.00 $ /1/2010 $39.79 $22.00 $ /1/2011 $39.79 $23.35 $ /1/2012 $40.83 $23.76 $ /1/2013 $41.88 $24.16 $ /1/2009 $42.80 $21.88 $ /1/2010 $42.80 $22.88 $ /1/2011 $42.80 $24.23 $ /1/2012 $43.84 $24.64 $ /1/2013 $44.88 $25.05 $ /1/2009 $35.71 $19.79 $ /1/2010 $35.71 $20.79 $ /1/2011 $35.71 $22.14 $ /1/2012 $36.75 $22.55 $ /1/2013 $37.79 $22.96 $ /1/2009 $35.40 $19.71 $ /1/2010 $35.40 $20.71 $ /1/2011 $35.40 $22.06 $ /1/2012 $36.45 $22.46 $ /1/2013 $37.49 $22.87 $ /1/2009 $33.68 $19.20 $52.88 Page 4 of 9 Serial Number:

14 PREVAILING WAGES PROJECT RATES Building Operators Class 05 - See Notes (Building, Heavy, Highway) Operators Class 05 - See Notes (Building, Heavy, Highway) Operators Class 05 - See Notes (Building, Heavy, Highway) Operators Class 05 - See Notes (Building, Heavy, Highway) Operators Class 06 - See Notes (Building, Heavy, Highway) Operators Class 06 - See Notes (Building, Heavy, Highway) Operators Class 06 - See Notes (Building, Heavy, Highway) Operators Class 06 - See Notes (Building, Heavy, Highway) Operators Class 06 - See Notes (Building, Heavy, Highway) Operators Class 07 (A) - See Notes (Building, Heavy, Highway) Operators Class 07 (A) - See Notes (Building, Heavy, Highway) Operators Class 07 (A) - See Notes (Building, Heavy, Highway) Operators Class 07 (A) - See Notes (Building, Heavy, Highway) Operators Class 07 (A) - See Notes (Building, Heavy, Highway) Operators Class 07 (B) - See Notes (Building, Heavy, Highway) Operators Class 07 (B) - See Notes (Building, Heavy, Highway) Operators Class 07 (B) - See Notes (Building, Heavy, Highway) Operators Class 07 (B) - See Notes (Building, Heavy, Highway) Operators Class 07 (B) - See Notes (Building, Heavy, Highway) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 1 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Painters Class 2 (see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2010 $33.68 $20.20 $ /1/2011 $33.68 $21.55 $ /1/2012 $34.73 $21.95 $ /1/2013 $35.77 $22.36 $ /1/2009 $32.69 $18.91 $ /1/2010 $32.69 $19.91 $ /1/2011 $32.69 $21.26 $ /1/2012 $33.74 $21.66 $ /1/2013 $34.78 $22.07 $ /1/2009 $48.05 $24.43 $ /1/2010 $48.05 $25.55 $ /1/2011 $48.05 $27.10 $ /1/2012 $49.30 $27.59 $ /1/2013 $50.55 $28.07 $ /1/2009 $47.75 $24.35 $ /1/2010 $47.75 $25.47 $ /1/2011 $47.75 $27.02 $ /1/2012 $49.00 $27.51 $ /1/2013 $50.25 $28.00 $ /1/2009 $32.31 $19.24 $ /1/2009 $32.31 $20.12 $ /1/2010 $32.31 $20.84 $ /1/2011 $32.94 $21.49 $ /1/2009 $40.85 $19.59 $ /1/2009 $40.85 $20.34 $ /1/2010 $40.85 $20.94 $ /1/2011 $42.20 $21.59 $ /1/2011 $44.17 $21.62 $65.79 Page 5 of 9 Serial Number:

15 PREVAILING WAGES PROJECT RATES Building Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Painters Class 3 (see notes) Plasterers Plumbers Plumbers Plumbers Pointers, Caulkers, Cleaners Pointers, Caulkers, Cleaners Pointers, Caulkers, Cleaners Roofers (Composition) Roofers (Composition) Roofers (Composition) Roofers (Shingle, Slate, Tile) Roofers (Shingle, Slate, Tiles) Sheet Metal Workers Sheet Metal Workers (Building, Heavy, Highway) Sheet Metal Workers (Building, Heavy, Highway) Sheet Metal Workers (Building, Heavy, Highway) Sign Makers and Hangars Sign Makers and Hangars Sprinklerfitters Sprinklerfitters Sprinklerfitters Sprinklerfitters Steamfitters Steamfitters Stone Masons Stone Masons Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2009 $32.69 $19.24 $ /1/2009 $32.69 $20.12 $ /1/2010 $32.69 $20.84 $ /1/2011 $33.32 $21.49 $ /1/2010 $32.90 $24.85 $ /1/2010 $41.53 $26.01 $ /1/2011 $41.53 $28.01 $ /1/2012 $41.53 $30.26 $ /1/2009 $35.05 $20.85 $ /1/2010 $35.05 $21.60 $ /1/2011 $35.10 $22.45 $ /1/2009 $30.00 $23.10 $ /1/2010 $30.75 $24.95 $ /1/2011 $30.75 $25.95 $ /1/2011 $23.75 $15.62 $ /1/2009 $23.25 $13.62 $ /1/2010 $38.36 $32.67 $ /1/2009 $38.34 $31.59 $ /1/2011 $38.36 $32.67 $ /1/2012 $38.36 $34.57 $ /21/2010 $24.33 $16.37 $ /20/2011 $23.70 $17.69 $ /1/2010 $46.12 $19.85 $ /1/2011 $46.62 $19.85 $ /1/2011 $46.47 $20.35 $ /1/2012 $46.65 $20.82 $ /1/2009 $43.08 $25.17 $ /1/2010 $44.93 $26.43 $ /1/2009 $34.36 $21.02 $ /1/2010 $34.36 $21.77 $56.13 Page 6 of 9 Serial Number:

16 PREVAILING WAGES PROJECT RATES Building Stone Masons Stone Masons Terrazzo Finisher Terrazzo Finisher Terrazzo Finisher Terrazzo Grinder Terrazzo Layers Terrazzo Mechanics Terrazzo Mechanics Terrazzo Mechanics Tile Finisher Tile Finisher Tile Finisher Tile Layers Tile Layers Tile Layers Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2011 $34.35 $22.58 $ /1/2011 $34.35 $22.58 $ /1/2009 $32.41 $18.31 $ /1/2010 $32.41 $19.06 $ /1/2011 $32.41 $19.96 $ /1/2011 $32.66 $19.96 $ /1/2008 $35.41 $19.47 $ /1/2009 $35.41 $20.92 $ /1/2010 $35.41 $21.67 $ /1/2011 $36.30 $21.78 $ /1/2009 $29.11 $19.84 $ /1/2010 $29.11 $20.59 $ /1/2011 $29.16 $21.34 $ /1/2009 $36.15 $20.28 $ /1/2010 $36.15 $21.03 $ /1/2011 $36.20 $21.78 $ /1/2007 $23.50 $11.92 $ /1/2010 $26.00 $13.48 $ /1/2011 $26.65 $13.90 $ /1/2007 $23.60 $11.92 $ /1/2010 $26.00 $13.48 $ /1/2007 $23.85 $11.92 $ /1/2010 $26.25 $13.48 $39.73 Page 7 of 9 Serial Number:

17 PREVAILING WAGES PROJECT RATES Heavy/Highway Carpenter - Chief of Party (Surveying & Layout) Carpenter - Chief of Party (Surveying & Layout) Carpenter - Instrument Person (Surveying & Layout) Carpenter - Instrument Person (Surveying & Layout) Carpenter - Rodman (Surveying & Layout) Carpenter - Rodman (Surveying & Layout) Carpenters Carpenters Cement Masons Cement Masons Cement Masons Cement Masons Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Laborers (Class 01 - See notes) Laborers (Class 01 - See notes) Laborers (Class 02 - See notes) Laborers (Class 02 - See notes) Laborers (Class 03 - See notes) Laborers (Class 03 - See notes) Laborers (Class 04 - See notes) Laborers (Class 04 - See notes) Laborers (Class 05 - See notes) Laborers (Class 05 - See notes) Laborers (Class 06 - See notes) Laborers (Class 06 - See notes) Laborers (Class 07 - See notes) Laborers (Class 07 - See notes) Laborers (Class 08 - See notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2010 $43.76 $23.40 $ /1/2011 $44.56 $23.90 $ /1/2010 $38.05 $23.40 $ /1/2011 $38.75 $23.90 $ /1/2010 $30.44 $23.40 $ /1/2011 $31.00 $21.89 $ /1/2010 $38.05 $23.40 $ /1/2011 $38.75 $23.90 $ /1/2010 $31.10 $25.46 $ /1/2011 $31.35 $26.21 $ /1/2012 $32.60 $26.21 $ /1/2013 $33.85 $26.21 $ /1/2010 $44.70 $26.69 $ /1/2011 $44.70 $27.19 $ /1/2012 $44.70 $28.14 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $47.15 Page 8 of 9 Serial Number:

18 PREVAILING WAGES PROJECT RATES Heavy/Highway Laborers (Class 08 - See notes) Laborers (Class 09 - See notes) Laborers (Class 09 - See notes) Laborers (Class 10- See notes) Laborers (Class 10- See notes) Laborers (Class 11 -See Notes) Laborers (Class 11 -See Notes) Laborers (Class 12 -See Notes) Laborers (Class 12 -See Notes) Laborers (Class 13 -See Notes) Laborers (Class 13 -See Notes) Laborers (Class 14 -See Notes) Laborers (Class 14 -See Notes) Landscape Laborer Steamfitters (Heavy and Highway - Gas Distribution) Steamfitters (Heavy and Highway - Gas Distribution) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 1(see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 2 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Truckdriver class 3 (see notes) Effective Date Expiration Date Hourly Rate Fringe Benefits Total 5/1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $25.15 $22.00 $ /1/2011 $25.95 $22.00 $ /1/2010 $18.44 $19.90 $ /1/2009 $40.24 $24.84 $ /1/2010 $41.94 $26.09 $ /1/2007 $23.35 $11.92 $ /1/2010 $25.90 $13.48 $ /1/2011 $26.65 $13.90 $ /1/2007 $23.45 $11.92 $ /1/2010 $26.00 $13.48 $ /1/2011 $26.65 $13.90 $ /1/2007 $23.70 $11.92 $ /1/2010 $26.25 $13.48 $ /1/2011 $26.90 $13.90 $40.80 Notes: If you can not find a classification under Heavy/Highway please refer to the Building classifications. For further information on construction types review the "Notes as Referenced in Predeterminations" on the Labor and Industry Website. Go to scroll down to the picture labeled "Labor Law Compliance" and click the picture. Then scroll down on the left menu and click on the "Prevailing Wage" link. Page 9 of 9 Serial Number:

19 Council Rock School District 30 North Chancellor Street Newtown, PA Holland ES Asbestos Abatement Project Bid # SCOPE OF WORK 1.0 Purpose The purpose of this project is to remove the remaining Asbestos Containing Materials (ACM s) and Lead Paint as identified on drawings and as described in the specifications for the following facility: Holland Elementary School 597 Beverly Road, Holland, PA Contract A contract will be issued to the most qualified low bidder, provided however, that Council Rock School District reserves the right to reject all bids submitted hereunder in its sole discretion. The terms of the contract are set forth in the Contract Documents. 2.1 Contract Period The contract period for this work is firm and fixed. Starting date for this contract is on or before March 15, 2012 and all work must be completed in accordance with the following schedule: Transmittal of All Project Submittals March 23, 2012 Start Boiler Room & Other Areas Identified March 31, 2012 Complete Boiler Room & Other Areas Identified April 7, 2012 Start Removal of Remaining ACM s June 22, 2012 as Identified and Scheduled on Plans Project Final Completion August 24, 2012 If needed, it will be the contractor s responsibility to perform work on this project on weekends and after working hours identified in the bid documents to accomplish this work prior to the completion date. The contractor s bid prices shall reflect this fact. In no case will Council Rock School District (CRSD) pay overtime or a premium for work outside of normal working hours. Normal working hours are: Boiler Room and Other Areas Identified Saturday, March 31, 2012 through Saturday, April 7, :00AM until 12:00AM Midnight Removal of Remaining ACM s Identified on Plans June 22, 2012 thru August 24, :00AM until 10:00PM (Monday through Friday) - 1 -

20 2.2 Schedule The contractor must provide a written schedule. Mobilization date. Start date of actual work Planned sequencing of work, by areas Completion date of all work. Contractor must coordinate the work with the separate contractors performing work concurrent with the ACM activities. 2.3 Contract Application for Payments The contractor shall submit Application for Payments in accordance with the following requirements: The application for payment must be submitted covering work completed. Reductions will be held in accordance with the Contract Documents. A signed waiver of liens and claims shall be submitted with each application for payment, covering the work completed. The waiver of liens and claims shall cover all subcontractors, suppliers and companies working under the control of the prime contractor. In exchange for final payment, the contractor shall submit a complete waiver of liens and claims covering the contractor s entire work on the project. Pencil copies or draft applications must be received no later than the 15 th of the month for approval. This would cover work completed in the previous 30 days. Final notarized application for payments must be submitted no later than the 23 rd of the month. Payments will be submitted the 25 th of the month for payment no later then the 30 th of the following month. No interim payments can be made. 3.0 Contract Staffing The contractor shall provide sufficient staffing to accomplish this work in the allotted time frame. Contractor s foreman or superintendent will be on CRSD property during all work performed under this contract. 4.0 Work and/or Equipment Provided by Council Rock School District Council Rock School District will not provide any labor, materials or equipment to the contractor for any work under this contractor. The Council Rock School District will provide an Owners Representative (Environmental Consultant) to observe and verify the quantities of work being installed. All project correspondence, including bidding questions, will go directly to the following contact person: Bernie Bryson Synertech Inc. Environmental Consultant 2208 South Broad Street Philadelphia, PA Phone:

21 Copy all questions to the CRSD at the following Work and/or Equipment Provided by the Contractor The Contractor shall provide all necessary labor, materials, supplies, equipment, and safety devices to complete all phases of work in a safe manner with regard to the public. This includes, but is not limited to, all temporary barricades, fencing, on-site trash areas, etc. 5.0 Disposal of Waste Material All waste materials generated by the contractor performing work under this contract will be disposed of off site by the contractor at the contractor s expense. Disposal of all materials must be in compliance with all Local, State, and Federal guidelines, regulations, and requirements. No materials are permitted to be disposed of in Council Rock School District dumpsters. 5.1 Dust Protection The contractor is responsible to take all reasonable precautions to prevent dust and fumes from entering other parts of the building including but not limited to sealing off intakes and doors. If the dust mitigates to adjacent areas or other parts of the building, the Contractor is responsible for cleaning those affected areas. 6.0 Submittals The contractor shall submit all documents and information required by the Contract Documents, including, but not limited to, the following: - Contract - Schedule - Certificate of Insurance - Performance and Payment Bond in the amount of 100% of the contract amount. - Provide product data sheets / submittals of all materials being used on the project. - Construction Permits - Clearance Forms 7.0 Quality Assurance The contractor shall: Engage an experienced staff properly trained and with sufficient experience to insure that all services provided under this contract are expeditiously and safely completed. The Contractor must adhere to the all industrial standards and practices as it pertains to asbestos removal and lead paint removal activities

22 The Contractor must provide a list of references of work completed in the past five (5) years. The references must include the facility s name, a contact name, and phone number for the contact. All work is to be closely coordinated with CRSD and the Environmental Consultant and no work shall begin until authorized by CRSD. The Contractor agrees that the Environmental Consultant shall have the sole authority to determine that the work is properly done and may direct the Contractor to redo any work, at the Contractor's expense, that is not to his satisfaction. The Council Rock School District may withhold partial or all payment until the work is completed to the satisfaction of the Environmental Consultant. 8.0 Field Measurements It is the contractor s responsibility to verify all measurements, equipment and quantities for this contract. 9.0 Safety Safety of students, staff, public and visitors is paramount in executing this contract. This contractor should never compete with building activities to continue/complete his work. If necessary, this contractor will return to occupied areas after normal working hours. All work under this contract must follow ALL local, state and federal environmental rules and regulations. The Contractor is responsible for ensuring the areas are secured to prevent personnel from entering the work area during construction periods Details of Work Whether stated or not the essence of this contract is to provide the complete abatement of the materials identified in the Synertech Inc. bid documents included herein. This project consists of the following items of work: - Schedule all work with the Owner prior to commencing any activities on site. - Report to the building maintenance operator or building representative before any work is started. - The Contractor must make the Owner aware of any unforeseen conditions that require work prior to the work being performed

23 - Contract Drawings, prepared by Synertech Inc. and the CRSD, dated January 2012, are included as part of the project for scope of work. The Contract Documents issued as a part of the bid package include the following: Advertisement Instruction to Bidders Prevailing Wage Rates Scope of Work/Bid Forms Sample Agreement Specifications Drawings: o PH-5 Phasing Floor Plan o PH-6 Phasing Floor Plan Holland Elementary School Additions and Renovations Project Manual Volume 1 Divisions 00 and 01 Dated 17 January 2012 (The Asbestos Abatement Contractor will be contractually bound to the requirements of Division 00 and 01) END OF SPECIFICATIONS Contract Documents reviewed and approved by E&G (RC) - 5 -

24 BID PROPOSAL FORM Project: Council Rock School District Asbestos Containing Material Removal - Locations Throughout Holland Elementary School The bidder hereby proposes to furnish all labor, material, equipment and incidentals to perform all work in accordance with the Contract Documents published for this project, EPA, OSHA, and the State of Pennsylvania regulations for the amounts indicated.. BASE BID - Lump Sum Bid Provide a lump sum bid for the removal and disposal of asbestos containing materials from locations throughout the Holland Elementary School, as listed in the SPECIFICATION for the REMOVAL of ASBESTOS CONTAINING MATERIALS in locations THROUGHOUT the HOLLAND ELEMENTARY SCHOOL, Section 1.04, as published by Synertech Incorporated, January 30, 2011, (Synertech Project Number ). All abatement and disposal activities shall be performed in compliance with the methods provided in the SPECIFICATION for the REMOVAL of ASBESTOS CONTAINING MATERIALS in locations THROUGHOUT the HOLLAND ELEMENTARY SCHOOL and all appropriate regulations including the EPA, AHERA, OSHA, and the State of Pennsylvania. BASE BID Total amount $. UNIT PRICES Provide UNIT PRICES for the following items. The UNIT PRICES shall include all costs relating to work area preparation, removal, work area decontamination, packaging, disposal, and transportation to the landfill for each item that UNIT PRICES are being requested. All work shall be performed as specified in the SPECIFICATION for the REMOVAL of ASBESTOS CONTAINING MATERIALS in locations THROUGHOUT the HOLLAND ELEMENTARY SCHOOL and all appropriate regulations including the EPA, AHERA, OSHA, and the State of Pennsylvania. All work shall be performed by a Pennsylvania Licensed Asbestos Abatement Contractor and Pennsylvania Certified Asbestos Abatement Workers, as appropriate. UNIT PRICE 1 Removal of Asbestos Containing Pipe Fitting Insulation (ACPF) $ /fitting.

25 PROJECT QUANTITY ALLOWANCES The Project Manager must field measure and approve all allowance work prior to the Contractor performing the work. Should the allowance amount be exceeded, the Contractor will be paid by Chang Order addition at the Unit Price established for the related work. Similarly, should the allowance used be less than the allowance amount, the Contractor will credit the Owner for the unused quantity in accordance with the related Unit Price by Change Order credit. BIDDER agrees to include in the Base Bid Price, in addition to the work shown on the drawings and Specifications the following: Quantity Allowance 1: One Hundred Fifty (150) of Unit Price 1 Work

26 BID PROPOSAL FORM Project: Council Rock School District Asbestos Containing Material Removal - Locations Throughout Holland Elementary School ADDENDA The undersigned agrees that the following addenda, which have been issued during the bidding period, have been received and have been considered both before and in preparation of this proposal. Addendum Number Date Received Firm Name Address City, State, and Zip Code Area Code and Telephone Number. The undersigned bidder hereby certifies that he/she has carefully examined all conditions of bid and specifications attached hereto, made a part hereof, and hereby submits the bid pursuant to such instructions and specifications. Typed or printed name and title of person submitting this bid Signature of person submitting this bid Date [Corporate Seal]

27 COUNCIL ROCK SCHOOL DISTRICT HOLLAND ES ASBSTOS ABATEMENT AGREEMENT Bid No THIS AGREEMENT made this XXX ( ) day of March, 2012, by and between, a corporation organized and existing under the laws of the State of Pennsylvania (hereinafter called the "CONTRACTOR"), and the COUNCIL ROCK SCHOOL DISTRICT, a second class school district located in the Commonwealth of Pennsylvania (hereinafter called the DISTRICT ). WITNESSETH, that the CONTRACTOR and DISTRICT, for the consideration stated herein, mutually agree as follows: ARTICLE 1. STATEMENT OF WORK The CONTRACTOR shall furnish all supervision, personnel, labor, materials, tools, minimum equipment and services, including work zone traffic control, utility and transportation services, and perform and complete all work required for the stated Council Rock School District Bid Holland ES Asbestos Abatement Bid # 12-10, all in accordance with the listed Contract Documents including all Addenda thereto numbered and dated, 2012 as prepared by the District. ARTICLE 2. THE CONTRACT PRICE The DISTRICT will pay the CONTRACTOR per unit of work completed, as described in the specifications, with a total lump sum price of and cents ($ ) for all work to be performed under this Contract, payable as stipulated in the Contract Documents for the item of work or the several respective items of work actually completed. ARTICLE 3. CONTRACT The Contract Documents shall consist of the following: A. This Agreement. E. Drawings B. Addenda. F. Contractor s bid submission C. Instruction to Bidders G. Holland Elementary School D. Scope of Work Additions and Renovations Project Manual 1 (Divisions 00 & 01) Dated 17 January 2012 THIS AGREEMENT, together with the other documents enumerated in this ARTICLE 3, which said other documents are as fully a part of the Contract as if hereto attached or herein repeated, form the Contract between the parties hereto. In the event that any provisions in any component part of this Contract conflict with any provision of any other component part, the provisions of the component part first enumerated in this ARTICLE 3 shall govern, except as otherwise specifically stated. ARTICLE 4. STIPULATION AGAINST LIENS a. At the time of and immediately before the execution of the Contract and before any authority has been given by the said DISTRICT to the said CONTRACTOR to commence work on the said project or purchase materials for the same, in consideration of the making of the said Contract with the said CONTRACTOR, it is agreed that no mechanic's claims or other liens shall be filed against the project, building and/or lot of ground appurtenant thereto by any subcontractor of the CONTRACTOR, nor by any of the CONTRACTOR S materialmen or suppliers for any materials, supplies or labor

28 purchased or furnished in connection with the CONTRACTOR s work of the said project or any part thereof, the right to file such claims or liens being expressly waived and relinquished herewith. b. A waiver of liens in a form satisfactory to the DISTRICT shall be filed in the Office of the Prothonotary of Bucks County at such time as may be necessary to preclude the filing of any liens by any subcontractor or material suppliers. In any event, the filing of the waiver of liens must occur no later than one (1) day prior to the start of operations for execution of the Contract work. c. In exchange for each and every payment tendered to CONTRACTOR by the DISTRICT under the Contract, CONTRACTOR shall submit to the DISTRICT or its designee an unconditional partial lien waiver for the portion of the work for which each payment is being tendered (and in exchange for final payment, a complete and final lien waiver) and which acknowledges receipt of such payment, in a form acceptable to the DISTRICT or its designee. ARTICLE 5. INDUCEMENT AND INTEREST As an inducement to the execution of this Contract by the DISTRICT, the CONTRACTOR represents and agrees that the CONTRACTOR has not employed any persons to solicit or procure this Contract, and has not made, and will not make, any payments to anyone, nor any agreement for the payment of any commission percentage, brokerage, compensation fee, or other compensation to anyone in connection with the procurement of this Contract; and that the CONTRACTOR has not now and will not acquire any direct or indirect present or prospective interest, including but not limited to that of real estate agent, broker, or appraiser, in any of the portions or parcels in the Project Area covered; and has not employed and will not employ, in connection with the work or services to be performed hereunder, any persons having any such interest, direct or indirect, during the term of this Contract. ARTICLE 6. INDEMNIFICATION It is understood and agreed that the CONTRACTOR is a third party CONTRACTOR and is not a servant, agent or employee of the DISTRICT. To the extent permitted by law, Contractor covenants to save, defend, keep harmless and indemnify the DISTRICT, its elected and appointed officials, servants, agents and employees from and against any and all claims, loss, damage, injury, cost including court costs and attorney s fees, charge, liability or exposure, however caused, resulting from or arising out of or in any way connected with Contractor s performance (or failure of performance) of the Contract terms or its obligations under the Contract. Nothing herein contained shall be construed as limiting in any way the extent to which CONTRACTOR may be held responsible for payments of damages to persons or property resulting from CONTRACTOR S or its subcontractors performance (or nonperformance) of the work covered under this Contract. A. GENERAL INSURANCE REQUIREMENTS All insurers and sureties underwriting Contractor s or any subcontractor s insurance and bonds must be licensed in the Commonwealth of Pennsylvania and have a minimum rating of A (financial strength rating) and VII (financial size category) in the latest edition of Best s Insurance Reports, unless otherwise approved by the DISTRICT. (Such insurers and sureties shall also meet such additional requirements and qualifications as may be set forth in the Supplementary Conditions.) The Contractor shall not start work under this Contract until Contractor has obtained, at its own expense, all of the insurance called for hereunder and such insurance has been approved by the DISTRICT; nor shall Contractor allow any subcontractors to start work on any subcontract until all insurance required of the subcontractor has been so obtained and approved by the Contractor. Approval of insurance required of Contractor and subcontractors by the DISTRICT will be granted only after submission to the DISTRICT of original, signed certificates of insurance or, alternately, at the

29 DISTRICT s request, certified copies of the required insurance policies. Approval of insurance required shall not be unreasonably withheld. Contractor shall require all subcontractors to maintain, during the term of this agreement, commercial general liability insurance, business auto liability insurance and workers compensation and employers liability insurance in the same manner as specified for Contractor. Contractor shall furnish subcontractor s certificates of insurance to the DISTRICT immediately upon request. All insurance policies required hereunder shall be endorsed to provide that the policy is not subject to cancellation, non-renewal, material change or reduction in coverage until sixty (60) days prior written notice has been given to the DISTRICT. Each insurance policy required by this Contract, except for the workers compensation policy, shall contain the following clause: The DISTRICT, its board members, employees, agents, officials and volunteers are hereby added as additional insureds as respects the operations and activities covered by this policy. this Any insurance maintained by the DISTRICT shall apply in excess of the insurance required by Contract. No acceptance and/or approval of any insurance by the DISTRICT shall be construed as relieving or excusing Contractor, or the surety, or its bonds, from any liability or obligation imposed upon either or both of them by the provisions of the Contract. B. CONTRACTOR S INSURANCE Contractor shall secure and maintain, at its own expense, the following insurance: Commercial general liability insurance which insures against claims for bodily injury and property damage arising out of or in connection with any operations or work under the Contract Documents whether such operations be by Contractor, its employees or subcontractors or their employees. The policy shall provide minimum limits of coverage as follows: $1,000,000 combined single limit - each occurrence $3,000,000 general aggregate $3,000,000 products/completed operations aggregate Any aggregate limit shall apply per project and per location. This insurance shall name the DISTRICT, its board members, employees, agents, officials and volunteers as additional insureds in accordance with Article 6A above. The commercial general liability policy shall afford coverage for explosion, collapse and underground hazards, contractual liability and liability arising from independent contractors. Products and completed operations insurance shall be maintained for two years after completion of the Project. Business auto liability insurance that insures against bodily injury and property damage claims arising out of the maintenance, use or operation of any auto. The minimum limit shall be a combined single limit of $1,000,000 per accident. This policy shall include the Motor Carrier Act endorsement if applicable. Workers compensation insurance and employers liability insurance which satisfies Contractor s legal obligation to its employees in the states in which they operate on the District s behalf. In any event, employers liability insurance shall be secured by Contractor with minimum limits of $100,000 per employee for bodily injury by accident, $100,000 per employee for bodily injury by disease and a

30 $500,000 aggregate policy limit for bodily injury by disease. Coverage for Pennsylvania benefits must be specifically referenced on certificates and certified policies provided to the DISTRICT Umbrella excess liability insurance written to apply in excess of commercial general liability insurance, business auto liability insurance and employers liability insurance. The policy shall provide minimum limits as follows: $5,000,000 each occurrence $5,000,000 aggregate (other than products/completed operations) $5,000,000 products/completed operations aggregate ARTICLE 7. INTERPRETATION In the event a dispute arises regarding this Contract or the work to be performed by Contractor hereunder, the parties agree that the District s initial determination regarding a proper resolution of such dispute shall prevail subject to the right of the Contractor to perform any disputed work under protest, the notice of which shall be provided to the District by advance written notice. ARTICLE 8. BACKGROUND CHECK Contractor shall maintain a current Child Abuse History Clearance as provided by the Pennsylvania Department of Public Welfare and shall provide a satisfactory criminal history background check to the District for each individual engaged by Contractor to provide services who will come in direct contact with children. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed in three (3) copies on the day and year first above written. Attest: Contractor: By By: (Title) (Street) (City) DISTRICT (Owner) Ms. Kyle McKessy Board President Attest: (Secretary)

31 CERTIFICATIONS I,, certify that I am the of the Corporation named as Contractor herein, that who signed this Agreement on behalf of the Contractor, was then of said corporation; that said Agreement was duly signed for and on behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. (Corporate Seal) (Print or type the names underneath all signatures) C:\+Doug & Tom's Folders\+Facility Improvement Plan\CES HES Asbestos\HES ACM SECOND PROJECT

32 SPECIFICATION for the REMOVAL of ASBESTOS CONTAINING MATERIALS in locations THROUGHOUT the HOLLAND ELEMENTARY SCHOOL Crescent & Beverly Roads Holland, PA prepared for: COUNCIL ROCK SCHOOL DISTRICT The Chancellor Center, 30 N. Chancellor Street Newton, PA prepared by: SYNERTECH INCORPORATED 2208 South Broad Street Philadelphia, Pennsylvania Project # January 30, 2011 Bernard J. Bryson Certified Pennsylvania Asbestos Project Designer No

33 Holland Elementary School Synertech Project No TABLE OF CONTENTS Section Title 1.00 Introduction 2.00 Summary of Work 3.00 Quality Assurance 4.00 Notifications 5.00 Mandatory Meetings/Submittals 6.00 Owner's Responsibilities 7.00 Asbestos Abatement Contractor's Responsibilities 8.00 Asbestos Project Inspector s Responsibilities 9.00 Air Monitoring by the Owner Air Monitoring by the Asbestos Abatement Contractor Scaffolding/Walkways/Hoists/Ladders Confined Spaces Respiratory and Personal Protective Equipment Decontamination Facilities Preparation & Abatement- Boiler Room - Full Containment Preparation and Abatement Minor Project Work Areas Preparation & Abatement Fan Unit Vibration Damper Cloths Preparation and Abatement Main Switchgear Transite Panels ACM Waste Disposal Project Closeout Specification for the Removal of Asbestos Containing Materials 2

34 Holland Elementary School Synertech Project No Introduction.01 The purpose of this project is to remove asbestos containing materials (ACMs) prior to and in concert with the Holland Elementary School addition and renovation project. The Asbestos Abatement Contractor (AAC) must demonstrate they have the necessary personnel, equipment, materials, and experience to complete a project of this nature in the required time period(s). a. Refer to the General Contract Specifications for additional information..02 This project includes the demolition and disposal of the one (1) sectional boiler, one (1) brick incinerator, and associated piping, flues, and breeching all of which shall be performed in full asbestos-abatement containment. a. There are no specifications provided on construction of boiler, incinerator, and breeching(s). b. All suspect asbestos containing internal materials associated with the boiler and incinerator shall be treated and disposed of as asbestos-containing. Internal materials include, but are not limited to brick, mortar, gaskets, refractory insulation, packing, rope, ash, and soot. The precise types and quantities of suspect internal materials are undetermined. Metal components (i.e. boiler sections, piping) may be disposed of as asbestos waste or decontaminated, encapsulated, inspected by the Asbestos Project Inspector (API), and disposed as construction debris. 1. All soot encountered within the boilers/breechings/incinerator/smoke stack, regardless of quantity, shall be removed and disposed of in accordance with applicable regulations. c. The boiler, incinerator, and all associated appurtenances shall be removed in their entirety. d. Any unsecured piping associated with the boilers and incinerator shall be removed as part of the boiler demolition..03 This project includes the removal of other ACMs such as asbestos containing pipe fitting insulation (ACPFs), transite panels and vibration damper cloth..04 Refer to the following page for the Table of Materials scheduled for removal: Specification for the Removal of Asbestos Containing Materials 3

35 Holland Elementary School Synertech Project No Provide a lump sum bid for the removal and disposal of asbestos containing materials and equipment: Location ACM to be Removed Quantity Project Designation Removal To Occur During Spring Break All suspect internal materials 1 Boiler * Quantity Undetermined Boiler Room All suspect internal materials Brick Incinerator * Quantity Undetermined Major Incinerator Insulation * 75 ft.² All suspect internal materials Boiler & Incinerator Breeching * Quantity Undetermined * (requires complete dismantlement of boiler & incinerator) Coach s office Remnant ACPF <1 ft.² Minor PTO Office ACPF 1 lin. ft. Minor Gymnasium Fan Room Vibration Damper Cloth 40 ft.² NF2 Removal To Occur in the Summer of 2012 Pipe Chase inside Boys Lavatory across from Room C-2 ACPF 7 lin. ft. Minor Inside Main Switchgear Maintenance Shop Transite Panels 70 ft.² NF2.04 Provide unit prices for the removal and disposal of ACPFs (refer to the attached bid proposal form): Location ACM to be Removed Removal To Occur in the Summer of 2012 Project Designation To Be Determined Concealed Pipe/Pipe Fitting Insulation (ACPF) To Be Determined Bathroom B-4 Pipe Chase ACPF unknown TBD Bathroom D-2 Pipe Chase ACPF unknown TBD Bathroom D-4 Pipe Chase ACPF unknown TBD.05 The dismantlement/demolition of the Boiler and Incinerator as well as the abatements in the Coach s Office, PTO Office, and Gymnasium Fan Room are to be performed during Spring Break. The AAC shall have uninterrupted access to these work areas from March 31 through April 7, 2012; 7:00am to 11:30pm. All abatement work in these areas must be completed and acceptable air samples received by no later than Saturday, April 07, The removal of ACMs in the pipe chase across from Room C-2, Bathrooms B-4, D-2 & D-4, and Main Switch Gear Room is to be performed during the Construction process (tentatively scheduled for June, 2012) a. Project phasing and anticipated completion dates are subject to change. Specification for the Removal of Asbestos Containing Materials 4

36 Holland Elementary School Synertech Project No Stated quantities are approximate. By submitting a bid, the AAC signifies they have visited the site, examined conditions that may affect the work, verified quantities of ACM, and is informed as to the extent and character of the project. Any discrepancies from stated footages shall not be cause for a contract cost adjustment. a. Provide UNIT PRICES for the removal of asbestos containing pipe fitting insulation in addition to the lump sum bid. The UNIT PRICES shall include all costs relating to work area preparation, removal, work area decontamination, packaging, disposal, and transportation to the landfill for each item that UNIT PRICES are being requested. 1. The AAC shall be required to respond within 12 hours to all mobilization requests made by the Owner and/or General Contractor to remove ACMs uncovered by demolition. 2. Refer to the attached bid proposal form for unit pricing instructions..08 The AAC shall furnish all labor, materials, employee training, services, permits, fees, insurance and equipment necessary to carry out the asbestos removal, decontamination operations and disposal in accordance with EPA, OSHA, and all other applicable Federal, State, and local government regulations, and these specifications..09 The AAC shall be permitted to combine work areas as feasible, provided the subsequent work areas are appropriately classified and work complies with applicable regulations regarding project notification, preparations, and clearance sampling..10 If the AAC seeks a change in the procedures and/or methods for accomplishing a certain asbestos abatement task, they may submit a written request for an alternative method to the Asbestos Project Designer, identifying the procedure for which an alternative is being sought, and the reason for seeking a change. The Asbestos Project Designer shall review the request and render a decision within twenty-four (24) hours of receipt of the written request. Specification for the Removal of Asbestos Containing Materials 5

37 Holland Elementary School Synertech Project No Summary of Work.01 The AAC shall have a PA licensed supervisor on site at all times during asbestos abatement activities. The AAC shall not perform any abatement activities, including containment preparation, bag-out, and teardown unless a certified API is on site..02 The AAC shall be permitted to combine work areas as feasible, provided the subsequent work areas are appropriately classified and work complies with applicable regulations regarding project notification, preparations, and clearance sampling..03 If the AAC seeks a change in the procedures and/or methods for accomplishing a certain asbestos abatement task, they may submit a written request for an alternative method, identifying the procedure for which an alternative is being sought, and the reason for seeking a change. The API shall review the request and render a decision within seventytwo (72) hours of receipt of the written request..04 The Owner, API, and AAC shall conduct an inspection for existing damages prior to the commencement of work. All parties shall agree in writing on building conditions and list all damage materials, furnishings, etc..05 AAC access shall be confined to the work areas indicated in this specification. This project will proceed concurrently with others in the building. The AAC shall cooperate fully with the other contractors in expediting the work of all trades, and avoid damage to the work of the other contractors..06 The AAC shall be served with a notice by the API when he is in non-compliance with these contract specifications and/or safety regulations. If the matter for which the first noncompliance is not corrected within the time frame specified in the first non-compliance notice, it shall be cause for the project to be halted until the matter is corrected..07 If it is determined that contamination of clean areas of the building has occurred as the result of negligence and/or poor work practices of the AAC, the AAC shall clean the affected premises, under the direction of the API, at no charge to the Owner. The AAC also agrees to accept all liability for damages claimed or lawsuits brought by person(s) exposed to such contamination..08 The Owner reserves the right to require that asbestos abatement and associated work is conducted at times when the building is not occupied by students. Specification for the Removal of Asbestos Containing Materials 6

38 Holland Elementary School Synertech Project No Quality Assurance.01 All work shall be performed in compliance with all applicable Federal, State, and local regulations including: a. 29 CFR (OSHA); b. 40 CFR Part 61 (NESHAP); c. 40 CFR Part 763 (AHERA); d. 42 CFR Part 84 & 30 CFR Part 11 (NIOSH/DHHS respirator standards); e. Act 194 & Act 161 (Pennsylvania Department of Labor and Industry); f. General Contract Specifications g. this Specification..02 The AAC has the responsibility of informing themselves fully of the requirements of these agencies and shall satisfy completely these specifications and all referenced regulations. All other applicable federal state and local regulations are incorporated by reference..03 The AAC must be a Pennsylvania Licensed Asbestos Contractor and employ asbestos workers certified to work in the state of Pennsylvania. The AAC is required to obtain all licenses, permits, insurance and bonds necessary for performance of this asbestos abatement project. Specification for the Removal of Asbestos Containing Materials 7

39 Holland Elementary School Synertech Project No Notifications.01 The AAC shall notify all applicable agencies including the EPA and DEP using the appropriate form(s), ten (10) days prior to the commencement of this asbestos abatement project..02 The AAC shall submit written notification of this asbestos abatement project schedule to the local police and fire departments ten (10) days prior to beginning the project. Specification for the Removal of Asbestos Containing Materials 8

40 Holland Elementary School Synertech Project No Mandatory Meetings/Submittals.01 Pre-construction meeting - The AAC shall attend a pre-construction meeting scheduled by the Owner. The AAC shall submit to the Owner the following, if not already submitted: a. Copies of required notifications, insurance, and bonds. b. Progress schedule and proposed crew sizes. 1. The AAC shall include in their progress schedule a 48 hour waiting period following the delivery of the work area to the API for clearance testing. c. Work plan delineating phasing and preparation of the work site, including intended locations of water and electrical sources, and the intended storage locations for furniture and ceiling mounted items. Description of decontamination sequence, removal methods to be used, and waste handling. d. Supervisor credentials and delineation of responsibility for work site supervision, including name, telephone number and pager number for both the project manager and the on-site supervisor. e. Worker qualifications, current licenses, fit tests, and medicals. These may be submitted as the crew is selected or changed, however, no workers will be permitted to remain on site without submission and approval of qualifications. f. Material Safety Data Sheets (MSDS) for the materials to be used on the job. g. Name of Waste Hauler(s) and disposal site with EPA/DEP identification numbers; h. Name of the firm(s) performing the AACs OSHA required personnel monitoring including their PAT Certification. i. A detailed written description of emergency procedures to be followed in the event of injury or fire. This submittal must include execution procedures, source of emergency assistance (including telephone numbers), and access procedures to be used by emergency personnel..02 Progress meetings - Meetings shall be held at the job site at the discretion of the Owner/API to discuss the progress of the work, phasing and other contractor coordination, work schedule, and any conflicts or problems. The representative of the AAC must have authorization to make commitments for the AAC. Specification for the Removal of Asbestos Containing Materials 9

41 Holland Elementary School Synertech Project No Owner's Responsibilities.01 The Owner shall employ the services of an Asbestos Project Inspector (API) provided by Synertech Incorporated to perform project inspection and air sampling..02 The Owner shall ensure the immediate asbestos abatement and equipment demolition work areas will be unoccupied prior to containment preparations. a. The Owner shall have uninterrupted access to the operational systems in the Boiler Room not scheduled for removal..03 The Owner shall make water and electricity available at the site at no cost to the AAC. The Owner shall notify the AAC of scheduled system shut downs to ensure no interruptions to the project s engineering controls. a. The AAC shall supplement any necessary power or water that may exceed what is available on site. b. The Owner shall provide a licensed electrician and plumber to address and rectify any problems that arise that are related and limited to the building electrical and plumbing systems. The Owners licensed electrician shall not be responsible for electrical components provided by the AAC..04 The Owner shall be responsible to remove all computers, personal effects, books, or other items deemed too valuable or sensitive to leave in the scheduled work areas to be handled by the AAC. The Owner may store items in areas not scheduled for asbestos abatement work. A list of such items includes: a. Personal items; b. Posters and decorations applied to the tack boards, ceilings and walls; c. All computers and computer accessories; d. Any other items deemed appropriate by the Owner. e The AAC shall exercise extreme care when and if handling computer equipment, but the AAC shall not be held responsible if any of the computers left in the scheduled work areas fail to function properly after reinstallation. The AAC shall be responsible to return the same number of computers removed from each room, and shall be responsible to return the computers free of obvious external damage or water damage. f. The Owner shall send written notices to the appropriate and responsible Council Rock School District personnel informing them of this responsibility, and the limit of the AACs responsibilities. g. Moving/returning furniture from/to the work area rooms shall be the responsibility of the AAC. h. Any items remaining in the scheduled work areas at the time of the mobilization of the AAC shall be removed by the AAC..05 Should any utility failure occur, the Owner will not be responsible for any loss of time or other expense to the AAC. If the reason for the failure is due to unforeseeable causes beyond the AACs control and/or without fault or negligence, the specified time for project completion may be extended by the Owner. Specification for the Removal of Asbestos Containing Materials 10

42 Holland Elementary School Synertech Project No The Owner shall have authorized representatives on the work site daily or provide the AAC with a means of communicating to such representatives within a reasonable time. These representatives shall have knowledge and access of all areas and equipment. These representatives shall be available to aid the AAC in the event of power failure or other technical difficulties. Specification for the Removal of Asbestos Containing Materials 11

43 Holland Elementary School Synertech Project No Asbestos Abatement Contractor's Responsibilities.01 The AAC is responsible for visiting the site and verifying quantities of ACMs and locations of utilities prior to submitting a bid..02 The AAC shall provide all labor, tools, and materials necessary to complete the project safely, in a timely fashion, and in accordance with the applicable regulations..03 The AAC shall be required to respond within 12 hours to all mobilization requests made by the Owner or the Owners Representative to remove both currently exposed ACMs and ACMs inside concealed areas uncovered by demolition..03 All moveable non-asbestos/non-contaminated objects, furniture, equipment and supplies shall be removed from the work area(s) by the AAC prior to abatement activity commencing. Areas intended for the storage of moveable objects shall be approved by the Owner. All movable objects shall be returned to their original positions following completion of the asbestos abatement project..04 The AAC shall supply, at their own expense, all construction materials, supplies, and all electrical, water, and waste connections, tie-ins, or extensions. Temporary service lines shall be installed to prevent tripping, slipping or falling. The AAC must utilize a licensed electrician to provide a separate temporary electric panel, receptacles, and lights, all with ground fault interruption and current-overload protection. All temporary electrical set-ups shall be in accordance with OSHA regulation and NEMA standards. a. The AAC shall utilize the licensed electrician to perform the connection of the AACs temporary electrical supply panel to the building Owners electrical supply source. 1. The temporary electrical panel and the building s electrical supply source shall be enclosed, concealing all potential contact points in order to avoid electrocution hazard and potential arcing to nearby or passing conductor materials. b. When temporary service lines are no longer required, they shall be removed by the AACs licensed electrician. c. Any parts of the permanent service lines, grounds and buildings, disturbed or damaged by the installation and/or removal of the temporary service lines, shall be restored to their original condition by the AAC as approved by the Owner..05 The AAC shall utilize a PA State licensed Mechanical Services Contractor and Certified Mechanic to assure that: a. all utility services such as oil, natural gas, steam, water and electric are disconnected from the boiler and tagged-out, including the gas lines to the pilot lights, if present. The AAC shall meet and coordinate with the facilities manager to determine which oil, natural gas, steam, water and electric services associated with the Boiler Room are essential and are required to remain functional, if any. 1. The gas/oil lines supplying the boiler shall be disconnected back to a point where the remaining lines are away from potential impact or damage due to the specified Boiler Room demolition tasks. The upstream valves shall be closed, and a new valve may be required to be installed at the point of disconnection. A secure blind flange shall be installed at the point of disconnection to facilitate future connections. Specification for the Removal of Asbestos Containing Materials 12

44 Holland Elementary School Synertech Project No a. Any oil, gas, water and electric lines that are required to remain live in any work area as determined by the facilities manager shall be tagged every six feet. 2. The valves connecting the steam header and hot water return lines to the boiler shall be closed. a. The valves of the steam header and hot water return lines supplying the boiler shall be disconnected at the flange at the stop valve. A secure blind flange shall be installed at the point of disconnection. 3. The piping supplying the boiler with make-up water shall be cut and capped. The water supply to the make-up water piping to each boiler shall be temporarily shut down to allow for the cutting and capping of this piping. b. all utility lines providing water, steam, oil or natural gas are drained or evacuated prior to the AAC continuing work. c. the boiler systems are drained prior to the AAC commencing boiler demolition work. d. a Purge Certificate is provided following the completion of all of the system isolation work described above. e. The AAC shall demonstrate the completion of all of the system isolation tasks and present the appropriate authorized Purge Certificate to the facilities manager at a Pre-commencement Meeting scheduled prior to the commencement of any boiler demolition or asbestos abatement tasks..06 The AAC shall maintain current copies of certifications for workers on-site, and shall keep copies of all pertinent specifications and regulations on-site. The API retains the right to disallow work by employees without current certifications..07 The AAC shall maintain a detailed sign-in/sign-out log, which must be filled out by every person entering the work area. All entries shall be complete and legible..08 The AAC shall be responsible for security of the work site, fire/smoke detection, and maintenance of existing utility systems as it relates to the performance of this project..09 The AAC shall provide fire protection in accordance with all State and Local codes. This includes, but is not limited to: a. Providing a written fire prevention and emergency action plan. b. Providing multi-purpose ABC rated fire extinguishers, insuring that on-site personnel are aware of the location and proper use of all fire extinguishers and other safety equipment. c. Performing a fire watch of the overall work area. This fire watch shall continue for at least of thirty (30) minutes after the cessation of work. d. Designating a safety coordinator to implement the above actions. The AACs safety coordinator shall be responsible for: 1. Fire/life safety entries shall be entered into the AACs log daily and shall be submitted with the AACs final report. 2. Daily entries shall include names, dates, duration, problems and corrective actions taken by the fire watch and must be signed by the safety coordinator. Specification for the Removal of Asbestos Containing Materials 13

45 Holland Elementary School Synertech Project No Asbestos Project Inspector s Responsibilities.01 The API shall act as the Owner's representative on the work site. The API shall provide the AAC with a means of communication with the Owner..02 The API shall be responsible to see that required information and notifications are posted and are accessible for review by all concerned parties..03 The API shall keep a daily log documenting the progress and performance of the AAC over the course of the project..04 The API shall perform continuous inspections to monitor the performance of the AAC and to assure and document compliance with these specifications and applicable regulations. Inspections shall be performed during all aspects of the project including verifying compliance with standard operating procedures, checking engineering controls, personal protection and decontamination systems, and handling and disposition of the resulting asbestos waste materials..05 The API shall serve written notice to the AAC if the AAC is found to be in non-compliance with the technical specifications or those Municipal, State or Federal regulations applicable to this project. Specification for the Removal of Asbestos Containing Materials 14

46 Holland Elementary School Synertech Project No Air Monitoring by the Owner.01 The Owner shall employ the services of Synertech Incorporated to perform air monitoring and quality assurance of the AACs work practices..02 The API shall collect pre-test and project air samples, as per AHERA guidelines. Project air monitoring during abatement activities shall include samples inside and outside of the work area to ensure airborne fiber concentrations remain at acceptable levels. Acceptable airborne fiber concentrations outside of the work area will be < f/cc. The API shall also perform discretionary random personnel samples. Pre-test and project samples shall be analyzed via Phase Contrast Microscopy (PCM), NIOSH Method The API shall provide clearance air sampling: a. Five (5) clearance samples shall be collected and analyzed via Transmission Electron Microscopy (TEM) for the removal of at least 160 square feet, 260 linear feet, or 35 cubic feet of asbestos (Major Project). b. Five (5) clearance samples shall be collected and analyzed via Phase Contrast Microscopy (PCM) for the removal of less than 160 square feet, 260 linear feet, or 35 cubic feet of asbestos (Minor Project). c. Clearance air sampling shall be performed using aggressive techniques. Sampling procedures and clearance criteria shall follow all requirements of AHERA..04 The Owner shall be responsible for costs incurred for the initial, required laboratory work. Any subsequent testing required due to limits exceeded during abatement or any clearance sampling shall be paid by the AAC. These costs include both labor and analysis. a. The API shall invoice the Owner, on a separate invoice, for all costs relating to labor and analyses resulting from additional testing required due to limits exceeded during abatement or failure of first round clearance sampling. b. The AACs contract amount shall be reduced by an amount equal to the costs for labor and analyses resulting from additional testing required due to limits exceeded during abatement or failure of first round clearance sampling. c. The Owner shall retain possession and ownership of all air sampling data and documentation. Specification for the Removal of Asbestos Containing Materials 15

47 Holland Elementary School Synertech Project No Air Monitoring by the Asbestos Abatement Contractor.01 The AAC shall perform representative personal air sampling as defined within OSHA and Personal air samples shall be collected daily to establish a time weighted average (TWA) and a short term excursion limit (STEL). Such air samples shall be collected within the breathing zone and used to: a. initially determine the level of respiratory protection; b. subsequently to assure that such protections remain adequate throughout the project..02 Sampling strategy and protocols shall be determined by a competent sampling professional according to NIOSH 7400 method. The AAC shall have a competent person collect personal air samples..03 Personal air sample results must be posted within 24 hours of sample collection..04 AAC personnel shall comply with the personal air sampling of the competent person and shall not interfere with or alter sampling protocol. Specification for the Removal of Asbestos Containing Materials 16

48 Holland Elementary School Synertech Project No Scaffolding/Walkways/Hoists/Ladders.01 The AAC shall use appropriate ladders, scaffolds, lifts, and/or hoists to provide safe access during asbestos abatement and equipment demolition. Personnel safety lines and harnesses may be required where appropriate. a. Fall protection equipment and guidelines shall comply with OSHA Regulation Standards 29 CFR All scaffolding shall be of sound condition and assembled per OSHA requirements on a level, secure base. Scaffolding shall not be overloaded. The scaffolding shall be secured or tied into the building whenever possible. Guardrails consisting of top and mid-rails and toe boards shall always be installed. A post set-up inspection and daily inspections shall be conducted. Scaffold work platforms shall comply with OSHA Regulation Standards 29 CFR All stairs, platforms, catwalks and walking surfaces shall be kept, as is practical, free from obstructions, accumulation of water, and tripping hazards, and where elevated, be protected by OSHA specified top-rails, mid-rails, and toe boards..04 Ladders of sufficient quantity and of suitable length or height shall be provided. Only electrically non-conductive materials, such as wood or fiberglass, shall be used. Ladders shall be kept in good repair and inspected regularly. Personnel shall be instructed in the proper use of ladders. No structural alterations shall be made to any ladder..05 Ladders shall arrive at the project site in good condition and free of any residual contamination. Specification for the Removal of Asbestos Containing Materials 17

49 Holland Elementary School Synertech Project No Confined Spaces.01 A confined space includes any space that has limited or restricted means of entry or exit, is large enough for a person to enter to perform tasks, and is not designed or configured for continuous occupancy..02 The Occupational Safety and Health Administration (OSHA) defines a permit-required confined space as having the three characteristics listed above (which define a confined space) and one or more of the following: a. Contains or has the potential to contain a hazardous atmosphere. b. Contains a material that has the potential for engulfing the entrant. c. Has an internal configuration that might cause an entrant to be trapped or asphyxiated by inwardly converging walls or by a floor that slopes downward and tapers to a smaller cross section. d. Contains any other recognized serious safety or health hazards..03 All AAC supervisors and workers shall obtain OSHA confined space entry training and certification prior to working in any confined space..04 All work performed in a confined space shall conform to OSHA Construction Industry Standards (29 CFR 1926). All employees shall be advised of the location and hazards of all confined spaces; they shall be instructed how to limit their risk when working in such spaces and in rescue procedures. As needed, an assistant shall remain stationed at the point of entry and maintain a line of visual and/or audible communication with the worker..05 Workers in a confined space shall be provided respiratory equipment that provides adequate protection against the potential hazards and is suitable for the activity in that space. As needed, harness belts and lifelines shall also be provided. Specification for the Removal of Asbestos Containing Materials 18

50 Holland Elementary School Synertech Project No Respiratory and Personal Protective Equipment.01 The AAC shall provide, upon request, approved respirators and protective clothing to all workers and to authorized representatives of the Owner, State or other Government entity who arrive to inspect the work site..02 The AAC shall require that each person entering the work area shall wear an approved respirator and protective clothing. There shall be no exceptions to this rule..03 Respiratory protection shall be in compliance with: a. OSHA regulations 29 CFR , , and ; b. ANSI Z ; c. NIOSH 30 CFR Part 11 for type B and C respiratory protection; d. NIOSH and DHHS 42 CFR Part 84 for non-powered, air-purifying particulatefilter respirators..04 At a minimum, the respiratory protection shall be: a f/cc - Dual Cartridge, Air Purifying respirator, Type A. b f/cc - Powered Air Purifying Respirators - Type B (PAPR). c. >2.5 f/cc- - Supplied Air with Constant Flow - Type C..05 All persons performing asbestos abatement work requiring respiratory protection (including Type B) shall be clean shaven and have an unobstructed face mask seal. Only mustaches that do not exceed the corners of the upper lip and sideburns that do not extend below the earlobes are permitted..06 For containments with an attached three (3) stage decontamination unit, asbestos workers shall wear a single disposable suit including hood and footwear. Before exiting the work area, the workers shall remove their respirator filters and disposable suit in the shower after appropriate wetting. These shall be disposed as asbestos waste..07 For containments utilizing a remote decontamination unit, asbestos workers shall wear two (2) disposable Tyvec-type suits. Before exiting the work area, the worker shall remove both suits and change into a clean disposable suit in the one-stage chamber. The worker shall immediately proceed to the remote centralized, two stage, decontamination chamber, equipped with a shower and clean room. Dispose of clean suit and respirator cartridges in the centralized decontamination chamber. Specification for the Removal of Asbestos Containing Materials 19

51 Holland Elementary School Synertech Project No Decontamination Facilities.01 For All Major Projects, the AAC shall construct and place a three-stage decontamination unit at the entrance to the work area. For Minor and Non-Friable Projects, a one-stage decontamination unit shall be constructed and placed at the entrance to the work area, along with a remote two-stage centralized decontamination unit/shower constructed in an appropriate location. Decontamination units shall have a sturdy frame comprised of studs or equivalent. a. Three-stage unit: 1. Interior of the chamber shall be covered with two layers of six (6) mil polyethylene with triple flap airlocks installed between each chamber; 2. Should the decontamination chamber be placed outdoors, the exterior shall be constructed of sturdy 3/8 plywood with 2 x 4 16 O.C. This structure shall be secured to withstand high winds and be weather resistant. 3. Entrance shall be equipped with a secure, lockable plywood door with louver system; 4. Shall have danger signs posted at the entrance; 5. Shall be provided with hot and cold water for use in the shower room; 6. Shower water shall be added to waste materials or pumped through a five (5) micron filter element prior to discharging it to the sanitary sewer or floor drains. b. One-stage unit: 1. Interior of the chamber shall be covered with two layers of six (6) mil polyethylene and triple flap airlocks shall be placed at entrance and exit; 2. Shall have danger signs posted at the entrance; 3. Workers shall wear double suits while in the work area. Prior to exiting a contaminated work area, the worker shall change into a clean Tyvec suit prior to proceeding to the centralized, two stage, decontamination chamber, equipped with a shower, provided with hot and cold water, and a clean room. Dispose of suit and respirator cartridges in the centralized decontamination chamber. 4. Shall be accompanied with a two-stage remote decontamination unit that provides hot and cold water for use in the shower room; 5. Shower water shall be added to waste materials or pumped through a five (5) micron filter element prior to discharging it to the sanitary sewer or floor drains. Specification for the Removal of Asbestos Containing Materials 20

52 Holland Elementary School Synertech Project No Preparation & Abatement - Boiler Room - Full Containment.01 This section is intended to specify the acceptable methods for the removal of asbestos containing materials and equipment demolition as listed in the table in Section The demolition and disposal of one (1) sectional boiler and one (1) brick incinerator shall be performed in full containment, under asbestos-abatement conditions. a. All suspect internal boiler & incinerator materials shall be treated and disposed of as asbestos-containing. Suspect internal materials include, but are not limited to brick, mortar, gaskets, refractory insulation, packing, rope, ash, and soot. The precise types and quantities of suspect internal materials are undetermined. Metal components (i.e. boiler access doors, boiler sections, burners, supports, incinerator casing) may be disposed of as asbestos waste or decontaminated, encapsulated, inspected by the API, and disposed as construction debris. b. The boiler, incinerator, and all associated appurtenances shall be removed in their entirety. This includes all flues and breeching. c. Any unsecured piping associated with the boilers and incinerator shall be removed as part of demolition. d. All pipe insulation of any kind, including FGPI, zeston, neoprene, cork, horsehair, etc. located within the boiler room containment shall be removed as part of this project..02 Once the containments and AFDs are in place, but prior to start of asbestos removal and boiler/incinerator demolition, non asbestos pipe insulation and non-contaminated metal items, such as un-insulated piping, motors, blowers, control panels, may be removed and disposed of as non-asbestos construction debris, under dust control conditions. a. Once removal of ACMs commences, metal/equipment shall be considered contaminated, and must be disposed as asbestos contaminated waste. 1. metal/equipment may be cleaned prior to removal from the work area and disposed of as non-asbestos construction debris. b. Once asbestos abatement commences, all non asbestos pipe insulation present in the work area shall be removed and disposed of as asbestos contaminated waste..03 Appropriate ladders, scaffolds, lifts, hoists, and/or personnel safety lines and harnesses shall be used to provide safe access for removal of asbestos and non-asbestos materials and demolition of boilers/incinerator. Refer to Section Scaffolding/Walkways/Hoists/Ladders..04 All building occupants shall be removed from the boiler room and the boiler room doors are to remain locked during the performance of the removal project. a. Wooden isolation barriers shall be constructed around the boiler and incinerator as follows: 1. Erect wooden containment barriers to completely enclose/isolate the obsolete boiler and incinerator from the remaining portion of the boiler room. 2. The walls of this enclosure shall be eight (8) feet high and shall be constructed utilizing two inch by three inch (2 x 3 ) wooden stud framing placed on sixteen inch (16 ) centerlines. The walls shall be supported with proper footings and bracings to support the vertical walls and prevent them from falling. Specification for the Removal of Asbestos Containing Materials 21

53 Holland Elementary School Synertech Project No The exterior of the enclosure shall be covered with three eighths (3/8) inch fire rated plywood..05 HVAC system components that pass through the contained work area shall be wrapped with two (2) layers of six (6) mil polyethylene sheeting and duct tape..06 The AACs licensed electrician shall de-energize the work area and all conduit running through the work area, if possible. a. Appropriate lock and tag out devices shall be installed at the circuit breakers. b. All conduit that cannot be de-energized shall be wrapped with a minimum of one (1) layer of six (6) mil polyethylene sheeting. 1. Suspend OSHA approved, electrical - voltage and shock hazard warning tags from the energized conduit traveling through the work area every six feet. The warning tags shall remain in place for the duration of the abatement project. c. The AAC shall provide a temporary electric panel with ground fault interruption outside the work area containment. All electrical power shall be brought into the work area via ground fault interrupters (GFIs). d. The AAC shall supply sufficient temporary lighting to illuminate the work area(s) during abatement..07 The AAC shall utilize a PA State licensed Mechanical Services Contractor and Certified Mechanic to assure that: a. all utility services such as oil, natural gas, water and electric are disconnected from the boiler & incinerator and tagged-out, including the gas lines to the pilot lights, if present. The AAC shall meet and coordinate with the Facilities Manager to determine which oil, natural gas, water and electric services associated with the work area are essential and are required to remain functional, if any. 1. The gas/oil lines supplying the boiler/incinerator shall be disconnected back to a point where the remaining lines are away from potential impact or damage due to the specified Boiler Room demolition tasks. The upstream valves shall be closed, and a secure blind flange shall be installed at the point of disconnection to facilitate future connections. a. Any oil, gas, water and electric lines that are required to remain live in any work area as determined by the Building Engineer shall be tagged every six feet. b. Disconnection of the gas lines in the Boiler Room may require coordination with representatives from the gas company. The Certified Mechanic shall be assigned the responsibility to determine if or when involvement of the gas company is required. Specification for the Removal of Asbestos Containing Materials 22

54 Holland Elementary School Synertech Project No The valves connecting the header and hot water return lines to the boiler shall be closed. a. The valves of the header and hot water return lines supplying the boiler shall be disconnected at the flange at the stop valve. A secure blind flange shall be installed at the point of disconnection. 3. The piping supplying each boiler with make-up water shall be cut and capped. The water supply to the make-up water piping to each boiler shall be temporarily shut down to allow for the cutting and capping of this piping. b. All utility lines providing water, oil or natural gas are drained or evacuated prior to the AAC continuing work. c. The boiler systems are drained prior to the AAC commencing boiler demolition work. d. A Purge Certificate is provided following the completion of all of the system isolation work described above. e. The AAC shall demonstrate the completion of all of the system isolation tasks and present the appropriate authorized Purge Certificate to the facilities manager at a Pre-commencement Meeting scheduled prior to the commencement of any boiler demolition or asbestos abatement tasks..08 Using wet-wipe and HEPA-vacuum techniques, pre-clean all movable objects and relocate to a site outside the work area. All fixed, unmovable objects shall be pre-cleaned and sealed with one (1) layer of six-mil polyethylene sheeting..09 Approved high quality HEPA equipped air filtration devices (AFDs) shall be placed so as to develop and hold a negative differential air pressure. Each AFD shall be equipped with a magnehelic gauge or manometer to measure pressure drop across the filters, indicating overload and a need to change filters. An automatic shutdown system shall be provided in the event of an improper filter fit, a rupture in the HEPA filter, or a blocked air discharge. a. The AFD exhaust shall be vented outside of the building. 1. All electrical cords to AFD units placed in the Boiler Room must be neatly secured in wire harnesses attached to walls or ceilings. 2. Any AFD units placed in the work area shall be placed on platforms raised a minimum of six feet, to ensure that boiler/incinerator components will not impede air flow once dismantlement begins. b. The negative differential air pressure shall be sufficient to provide a minimum of four (4) air changes of the work area per hour. The AAC shall submit to the API the number of AFDs projected to obtain this differential and the calculations used to determine this. The AAC shall install a manometer to confirm the differential, which should read minimum of inches of water column. Specification for the Removal of Asbestos Containing Materials 23

55 Holland Elementary School Synertech Project No c. Negative differential air pressure shall be continuously maintained, 24 hours a day, in all enclosed work areas from the time the isolation and critical barriers are first established until final clearance air sampling is completed, and the AAC is released by the API..10 Install critical barriers consisting of two (2) separate independent layers of six-(6) mil polyethylene over all windows, louvers, doors, and other critical openings inside the work area such that the work area is isolated from the rest of the building. Small cracks, penetrations, gaps, etc. shall be sealed with expansion foam. a. Critical containment barriers shall be erected to cover perimeter work area openings greater than six (6) feet in width utilizing two (2) separate identifiable layers of six-mil polyethylene. These areas shall include the opening extending from the top of the eight (8) foot high wooden isolation barrier to the ceiling deck. This wall sheeting shall be supported by studs or equivalent. Note: these are considered critical barriers, and application of two additional layers of wall coverings shall be required. b. Domestic water heaters intended to remain operation during asbestos abatement shall be boxed and vented. The box shall consist of studs and plywood sealed with two layers of six-mil polyethylene sheeting. AFD type flexible duct shall be installed and linked to the outside of the building to allow for sufficient venting of the water heaters. c. All functioning pumps and motors shall be boxed and vented. The box shall consist of studs and plywood sealed with two layers of six-mil polyethylene sheeting. Vents shall consist of AFD-type pre-filters. d. Ensure all de-energized light fixtures, active electrical panels, control panels, and control boxes are protected with watertight critical barriers consisting of two (2) separate independent layers of six (6) mil polyethylene sheeting. e. Areas where critical barriers are to be installed shall first be pre-cleaned via wet wipe and HEPA vacuum techniques. f. Floor drains and sump pump pits shall be covered with fitted pieces of plywood and caulked prior to covering with polyethylene..11 Construct a three-stage decontamination unit at the entrance to the boiler room containment. Refer to Section Decontamination Facilities..12 A two-stage bagout chamber may also be constructed. This chamber shall be of similar construction to decontamination unit. The bagout chamber shall be sealed when not in active use. The decontamination chamber may need to be sealed when the bagout chamber is in use if the manometer shows there is insufficient negative differential air pressure..13 Install floor and wall coverings utilizing two (2) separate independent layers of six (6) mil polyethylene sheeting throughout the work area containment. a. The AAC shall ensure proper adhesion of the sheeting to problem areas, such as walls with peeling paint. b. Wall coverings shall extend from the ceiling deck to floor level and overlap the floor sheeting (floor coverings shall extend twelve inches (12 ) up behind the wall coverings). All seams shall be staggered as to overlap a minimum of twelve inches and be sealed with duct tape. Specification for the Removal of Asbestos Containing Materials 24

56 Holland Elementary School Synertech Project No Upon completion of work area preparation and approval by the on-site API, begin the removal of all non-asbestos pipe insulation(s) and non-contaminated metal items under dust control conditions..15 Disconnect the boiler & incinerator breeching(s) from the stack. Provide temporary support to the breeching(s) to prevent from falling. a. Seal the stack openings resulting from the disconnection of the breeching(s). 1. The stack openings shall be sealed with a blank. 2. The blank thickness shall be equal to or greater than the thickness of the main breechings. 3. The draft induced by the smoke stack may be considerable. Anchor the blank to the stack using the appropriate masonry anchors to properly secure the blank in place. 4. Install two (2) layers of six-(6) mil polyethylene sheeting over the blank to prevent the migration of asbestos fibers from the work area to and up the stack due to the expected induced draft..16 Perform a cursory clean up of the work area in preparation of the commencement of boiler & incinerator demolition..17 Begin dismantlement of the sectional boiler, incinerator, associated flues, associated breechings, and all other associated appurtenances. a. All interior insulation associated with the boiler and incinerator shall be treated and disposed of as asbestos containing. b. Removal of asbestos shall be initiated only after the material has been treated with a solution of water and wetting agent. This wetting shall be repeated at such intervals as to prevent the asbestos from drying out. Removal shall be performed in a manner that minimizes the release of asbestos fibers. 1. All wastewater generated in the work area shall be added to packaged asbestos waste materials. c. All asbestos and asbestos contaminated materials shall be bagged as removal occurs. No accumulations of removed asbestos and asbestos contaminated materials shall be permitted to remain in the work area. ACM removed at a height shall be bagged at that time or lowered to the ground in a controlled manner and then bagged. No dropping of ACM shall be permitted. d. The AAC shall ensure that personnel involved with the dismantlement of the boiler and incinerator be experienced and qualified in boiler/incinerator demolition, handling of winches and heavy loads, and in the use of cutting torches and other mechanical cutting equipment. These individuals shall also possess Pennsylvania asbestos certifications. e. Equipment dismantlement shall be performed by approved methods. Local exhaust shall be provided if acetylene or propane cutting torches are used in equipment demolition. Adequate ventilation shall be ensured at all times. Ensure that fire protection procedures are complied with as per Section f. It may be necessary to erect bracings to support piping and breeching as demolition progresses. The structural integrity of all boiler/incinerator appurtenances shall be ensured at all times. Specification for the Removal of Asbestos Containing Materials 25

57 Holland Elementary School Synertech Project No g. The boilers and incinerator shall be removed to the concrete foundations. Any unsecured piping associated with the boilers and incinerator shall also be removed as part of the boiler/incinerator demolition. Piping to remain must be cut back to a point where it is secure and not at risk for failure and falling, out of the way of Boiler demolition tasks and subsequent scheduled mechanical upgrade work. h. Metal components such as boiler access doors, boiler sections, burners, supports, and incinerator casing may be disposed of as asbestos waste. Metal components intended to be recycled or disposed of as construction debris must be cleaned, inspected, and approved by the API prior to being sent out of the work area. All dismantled metal boiler and incinerator components shall be removed from the work area prior to final visual inspection and encapsulation procedures. Dismantled metal components shall not remain in the work area..18 Incinerator dismantlement in containment shall involve demolition/removal of all interior brickwork. a. All interior brick and associated mortar encountered during incinerator dismantlement must be assumed to be asbestos containing. 1. The AAC may request the Owners Representative collect bulk samples of the materials in question. If the Owner agrees to such sampling, the Owners Representative shall collect and submit samples to be analyzed via PLM (Polarized Light Microscopy) method to definitively determine its composition. a. Confirmed non-asbestos brick and mortar may be decontaminated (rinsed), encapsulated, and disposed of as ordinary construction debris. Methods for decontaminating the brick and transporting it to dumpsters shall be submitted to the API for approval prior to start of brick demolition. b. Assumed or confirmed asbestos containing bricks and/or mortars shall be disposed of as asbestos contaminated waste in accordance with Section ACM Waste Disposal. b. All interior brick shall be removed down to concrete foundation. Engineering controls shall be used to minimize dust raised during this process. c. Only small amounts of demolished bricks shall be allowed to accumulate in the work area. Larger amounts of accumulated bricks shall be considered a safety hazard and impediment to accessibility and airflow. d. All suspect materials encountered shall be treated as asbestos containing and removed as such. This includes all sand, ash and/or any other debris encountered in the ash pits. e. All dismantled metal incinerator components shall be removed from the work area prior to final visual inspection and encapsulation procedures. Dismantled metal components shall not remain in the work area..19 Upon completing removal of all ACMs and dismantling all equipment in the work area, perform an initial cleaning of all surfaces in the work area. Any residues shall be removed using a stiff nylon brush or scraper. Surfaces shall then be HEPA vacuumed and/or wet wiped to remove any visible debris..20 Upon completion of initial cleaning activities, remove the top layer of polyethylene floor and wall sheeting and dispose of as asbestos waste. Specification for the Removal of Asbestos Containing Materials 26

58 Holland Elementary School Synertech Project No The AAC shall again, clean all surfaces in the work area, including polyethylene sheeting, via wet-wipe and HEPA-vacuum techniques..22 Upon completion of cleaning activities, the API shall conduct a detailed visual inspection prior to encapsulation and shall approve the area for encapsulation when no visible dust or debris is evident on any surfaces. a. The AAC must deliver the encapsulant in the manufacturer s original sealed and labeled containers and store encapsulant in compliance with manufacturer s printed instructions. A copy of manufacturer s printed instructions shall be available on site at all times. b. The AAC shall encapsulate the work area with an encapsulant whose manufacturer s instructions indicate that the encapsulant is approved for use on the intended surfaces following asbestos abatement tasks. c. Encapsulation shall not be performed with any packaged ACM or objectionable equipment remaining in the work area..23 Upon approval by the on-site API, encapsulate all surfaces in the boiler room, and the polyethylene sheeting used in work area preparation. The sealant/encapsulant shall be tinted to provide a visual confirmation of uniformity and completeness of application..24 The API shall inspect the sealant/encapsulant to confirm adequate and proper application. After the encapsulant has dried, the AAC shall remove the last layer of polyethylene floor sheeting. The remaining wall sheeting shall remain intact for final clearance air sampling..25 The API shall conduct a detailed final inspection to ensure that no visible dust or debris remains on any surfaces. If any suspect or objectionable material is evident, the AAC shall clean the material and sufficient surrounding area to the satisfaction of the API, via wetwipe and HEPA-vacuum techniques..26 Following an acceptable final inspection, the API shall perform clearance air sampling. Refer to Section Air Monitoring by the Owner..27 If the results of clearance samples are unacceptable according to AHERA requirements, the AAC shall re-clean the work area via wet-wipe and HEPA-vacuum techniques. Following an acceptable inspection, the API shall again perform clearance sampling. This sequence shall be repeated until receipt of acceptable air sample results according to AHERA requirements..28 Upon receipt of acceptable final visual inspections and acceptable air sample clearance results, carefully dismantle materials used in the work area containment. These materials shall be disposed of in sealable plastic bags as asbestos contaminated waste. Specification for the Removal of Asbestos Containing Materials 27

59 Holland Elementary School Synertech Project No Preparation and Abatement Minor Project Work Areas.01 This section is intended to specify the acceptable methods for the removal of pipe fitting insulation as listed in Section The AAC shall assure that exits from the building are not obstructed. The work areas are to be kept neat, clean, and safe..03 Only approved noncombustible or flame resistant materials shall be used in the construction of temporary enclosures. Polyethylene sheeting shall be certified to conform to NFPA Post OSHA specified, asbestos specific danger signs at the entrance to the work area. Such signs shall also be posted when applicable to decons, bagout chambers, critical and separation barriers, and waste storage containers..05 All building occupants shall be removed from the work area floors during the performance of the removal project, unless access to the work area is restricted by an isolation barrier or lockable doors. a. If required, wooden isolation barriers shall be erected to completely isolate the work area from any occupied areas of the building. 1. Isolation barriers shall be eight (8) feet high and shall be constructed of minimum 3/8 fire-rated plywood supported by 2 x 3 stud framing, or equivalent, placed on sixteen inch (16 ) centerlines. Appropriate footings and bracings shall be installed to provide proper support..06 The AAC shall confine their equipment, storage of materials, tools, supplies, and activities of their workmen to the limits established by the Owner and local ordinances..07 Assure any HVAC systems associated with or which course through the work area are sealed, shut down, and locked out..08 Pre-clean the floor and horizontal surfaces via wet wipe and HEPA vacuum techniques. a. All fixed objects shall be wet wiped and sealed with one (1) layer of six (6) mil polyethylene..09 Install critical barriers consisting of one (1) layer of six-mil polyethylene over all windows, doors, openings between walls and ceilings, and any other critical openings inside the work area such that the work area is isolated from the rest of the building. a. Ensure all electrical panels, control panels, and control boxes are protected with watertight critical barriers consisting of one (1) layer of six-mil polyethylene. b. Areas where critical barriers are to be installed shall first be pre-cleaned via wet wipe and HEPA vacuum techniques..10 The AAC shall construct tent containments as specified below: a. Erect wall and install floor coverings, completely enclosing and isolating the work area immediately adjacent to the ACPF to be removed utilizing two (2) separate, independent layers of six (6) mil polyethylene sheeting. Specification for the Removal of Asbestos Containing Materials 28

60 Holland Elementary School Synertech Project No b. Polyethylene sheeting shall be installed in such a manner as to cause minimal damage to underlying surfaces. The Asbestos Abatement Contractor shall ensure proper adhesion of the sheeting to problem areas, such as walls with peeling paint. c. Tent walls shall extend from the ceiling deck to the floor level. All seams shall be staggered as to overlap a minimum of twelve inches and be sealed with duct tape. d. Approved high quality HEPA equipped air filtration devices (AFDs) shall be placed so as to develop and hold a negative differential air pressure. 1. The AFD exhaust shall be vented outside of the building, or tent containment. 2. A HEPA vacuum may be used if it is determined to provide the required negative pressure..11 The API shall conduct a pre abatement preparation inspection prior to the installation of containment bags..12 The AAC shall construct and attach a one-stage decontamination chamber to the tent containment. The AAC shall also construct a remote two-stage decontamination chamber complete with a shower at a designated location. Refer to Section Decontamination Facilities. Exact placement shall be at the discretion of the AAC, with approval from the on-site API..13 Upon completion of the work area preparation, and approval by the on-site API, install containment bags (glove bags) around the ACPFs to be removed, in accordance with manufactures instructions. The containment bag, once attached, shall be smoke tested using a smoke tube and aspirator bulb. The containment bags shall be utilized in order to further contain any airborne asbestos fibers released during the removal tasks and simplify the subsequent final cleaning tasks. a. Pipe insulation covered with metal jacketing shall first require the removal of the metal jacket using appropriate tin snips. b. The pipe insulation diameter worked shall not exceed one-half of the bag working length above the attached gloves. c. These bags are for single use and shall not be repositioned. d. Polyethylene sheeting shall be applied to the work area floor beneath the ACPFs to be removed, extending a minimum of five (5) feet in all directions or to the full extent of the floor space included in the tent containment, whichever is larger..14 Removal of ACPFs shall be initiated only after the material has been treated with a solution of water and wetting agent. At the start of each work day, the ACPFs to be removed shall be wetted. This wetting shall be repeated at such intervals as to prevent the ACPFs from drying out..15 Perform removal of the specified quantity of ACPI/ACPFs using the containment-bag technique. Specification for the Removal of Asbestos Containing Materials 29

61 Holland Elementary School Synertech Project No Prior to removing the glove bag, any residue shall be removed using a stiff nylon brush or a scraper. The pipe surfaces shall then be wet wiped to remove any visible debris. The API shall conduct a visual inspection and approve encapsulation when no visible dust or debris is evident on pipe surfaces..17 Upon approval by the API, encapsulate the pipe surfaces prior to removing the containment bag. The API shall inspect the sealant/encapsulant to confirm adequate and proper application and approve subsequent removal of the glove bag(s). When acceptable, the API shall approve the removal of the glove-bag. a. A HEPA vacuum shall be used to collapse the glove-bag prior to removal..18 After glove bags are removed, the AAC shall remove the inner layer of polyethylene sheeting, clean all surfaces in the work area, including any remaining polyethylene sheeting, via wet-wipe and HEPA-vacuum techniques..19 Upon completion of cleaning activities, the API shall inspect the sealant/encapsulant to confirm adequate and proper application..20 The API shall conduct a detailed final inspection to ensure that no visible dust or debris remains on any surfaces. If any suspect or objectionable material is evident, the AAC shall clean the material and sufficient surrounding areas to the satisfaction of the API, via wetwipe and HEPA-vacuum techniques..21 Following an acceptable final inspection, the API shall perform clearance air sampling. Refer to Section Air Monitoring by the Owner..22 If the results of clearance samples are unacceptable according to AHERA requirements, the AAC shall re-clean the work area via wet-wipe and HEPA-vacuum techniques. Following an acceptable inspection, the API shall again perform clearance sampling. This sequence shall be repeated until receipt of acceptable air sample results according to AHERA requirements..23 Upon receipt of acceptable final visual inspections and acceptable air sample clearance results, carefully dismantle materials used in the work area containment. These materials shall be disposed of in sealable plastic bags as asbestos contaminated waste. Specification for the Removal of Asbestos Containing Materials 30

62 Holland Elementary School Synertech Project No Preparation and Abatement Fan Unit Vibration Damper Cloths.01 Vibration Damper Cloth (VDC) is classified as a non-friable Category II material. If VDC removal is performed as a non-friable project, only methods that remove the material intact are permitted. The use of any equipment that may sand, grind, saw, or abrade the material is prohibited..02 Delineate and restrict the work areas using asbestos specific barrier tape and OSHA specified, asbestos specific danger signs..03 Install floor coverings consisting of one (1) layer of six (6) mil polyethylene beneath the VDC to be removed, extending at least five (5) feet in all directions..04 The VDC shall be sprayed with amended water before and during removal activities, to wet the material and enhance dust control..05 Remove all fasteners from the metal flanges holding the VDC in place. Slightly pry apart flanges and detach the cloth intact without tearing or cutting. Package and dispose as asbestos containing waste. a. Upon completion of removal, clean any residue from flanges using HEPA vacuuming and wet-wipe techniques. b. Clean all debris fallen onto the polyethylene sheeting below using a HEPA vacuum and wet-wipe techniques..06 No clearance sampling shall be required following the completion of non-friable work provided that the adjacent clean area samples collected during the non-friable abatement < f/cc. If clean area samples exceeded f/cc during the non-friable abatement tasks, five (5) clearance samples shall be collected and analyzed via PCM..07 Upon acceptable final visual inspections (and clearance air sample results, if applicable), all materials used in the work area containment shall be carefully dismantled and disposed in sealable plastic bags as asbestos contaminated waste. Specification for the Removal of Asbestos Containing Materials 31

63 Holland Elementary School Synertech Project No Preparation & Abatement Main Switchgear Transite Panels.01 This section is intended to specify the acceptable methods for non-friable removal of transite inside the main switchgear. a. Ensure the main switchgear is de-energized prior to transite panel removal..02. Transite is classified as a non-friable Category II material. The removal shall be performed as a non-friable project. Only methods that remove the material intact are permitted. The use of any equipment that may sand, grind, saw, or abrade the material is prohibited..03 Delineate and restrict the work area using asbestos specific barrier tape and asbestos specific danger signs. The AAC shall assure that appropriate safety barriers are established to prevent access to the work area by unauthorized persons. The work area is to be kept neat, clean, and safe..04 Install floor coverings consisting of one (1) layer of six (6) mil polyethylene beneath the switchgear, extending at least five (5) feet in all directions..05 Carefully remove all anchoring systems (screws, bolts, moldings, etc.) holding the panels in place. Limited demolition of surrounding switchgear panel frame may be necessary. Spray the panels with amended water before and during removal activities, to wet the materials and minimize creation of dust..06 When all fasteners are removed, carefully remove the intact panel sections. The sections shall carefully be placed onto a sheet of polyethylene and wrapped securely with two (2) layers of six (6) mil polyethylene sheeting. Seams shall be sealed with duct tape. Apply labels to the wrapped panels and dispose of as asbestos waste..07 After removal of the panels, clean all residue from surfaces and fastener holes using HEPAvacuum and wet-wipe techniques, as well as any debris fallen onto the polyethylene sheeting below..08 Carefully roll up the polyethylene sheeting. Place the rolled polyethylene sheeting into appropriate asbestos waste containers. All wrapped panels and polyethylene sheeting shall be disposed of as asbestos waste in accordance with Section ACM Waste Disposal..09 Upon conclusion of removal and cleaning, a visual inspection shall be made by the API to ensure completeness of the removal..10 No clearance sampling shall be required following the completion of non-friable work provided that the adjacent clean area samples collected during the non-friable abatement < f/cc. If clean area samples exceeded f/cc during the non-friable abatement tasks, five (5) clearance samples shall be collected and analyzed via PCM. Specification for the Removal of Asbestos Containing Materials 32

64 Holland Elementary School Synertech Project No ACM Waste Disposal.01 Approval shall be obtained form the API/Owner prior to temporary storage of any asbestos waste containers or scrap metal/construction debris on site, prior to being loaded into appropriate dumpsters. The waste shall be appropriately packaged according to the type of waste. A polyethylene drop cloth and covering shall be provided and the storage areas restricted by barrier tape and appropriate signage. Asbestos waste containers must be distinctly stored separately from other waste. No long term storage may occur in these areas..02 The loading, transportation, and disposal of asbestos waste at the landfill shall occur in accordance with regulatory requirements of NESHAP and applicable state and local guidelines and regulations..03 Waste disposal containers shall conform to one of the following. Waste with sharp edges shall not be disposed of solely in polyethylene bags. a. Two (2) six-mil polyethylene bags, one placed inside the other, separately sealed. The bags shall be carefully closed to minimize dead air space and taped shut. b. Material first shall be placed into burlap bags or equivalent to prevent edges/corners from tearing or penetrating polyethylene waste bags. The encased material may then be placed in two (2) six mil polyethylene bags, as per Subsection a above. c. One (1) six mil polyethylene sealed bag inside an air and water tight drum..04 The AAC shall label asbestos waste with the name of the generator and the location from which the waste was generated..05 The container used for transporting and disposing of ACM waste shall be clearly and properly labeled as specified in EPA and DOT regulations. In addition to generator labels, containers must carry the following labels: DANGER CONTAINS ASBESTOS FIBERS AVOID CREATING DUST CANCER AND LUNG DISEASE HAZARD -and- DOT labels requirement: (Easily readable in sharp relief) CAUTION Contains Asbestos Fibers Avoid Opening or Breaking Container Breathing Asbestos is Hazardous to your Health RQ ASBESTOS 9,NA2212,PG III (ASBESTOS).06 During waste load out, post asbestos specific danger signs on and around the vehicle or dumpster being used to transport the waste off site. Specification for the Removal of Asbestos Containing Materials 33

65 Holland Elementary School Synertech Project No All documentation of transportation and disposal transactions such as dump receipts, trip tickets and waste manifests shall be completed and delivered to the Owner for their records..08 Should the Owner not receive a receipt of the waste shipment record within 35 days, the Owner shall contact the AAC to determine the status/disposition of the waste..09 Should the Owner not receive a receipt of the waste shipment record within 45 days, the Owner shall notify the EPA. Specification for the Removal of Asbestos Containing Materials 34

66 Holland Elementary School Synertech Project No Project Closeout.01 After achieving acceptable air sample clearance and dismantling the work areas, the AAC shall be released after the following items are completed: a. Removal of all temporary signs, labels, and tape. b. Removal of all temporary devices, facilities, and equipment. c. Cleaning the project site and storage areas of trash, etc. d. Replacement/repair of any damage. e. Removal of all waste containers (asbestos, scrap, and construction debris) from site and proper disposal of waste. f. All demolished piping, boiler, and incinerator components shall be removed from site unless otherwise authorized..02 Upon completion of the project, the AAC shall submit final documentation to the API/Consulting Firm, including all waste handling/shipping documentation/manifests, OSHA air monitoring data, and daily worker sign-in sheets. END OF SPECIFICATION Specification for the Removal of Asbestos Containing Materials 35

67

68

PREVAILING WAGES PROJECT RATES. Schuylkill County

PREVAILING WAGES PROJECT RATES. Schuylkill County Project Name: Cabling Project Awarding Agency: Pottsville Area School District Contract Award : 3/18/2015 Serial Number: 15-01236 Project Classification: Determination : 2/28/2015 Assigned Field Office:

More information

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work

Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work Creative Advertising and Audio Visual - Interactive Production Services Invitation to Qualify (ITQ) Part I Statement of Work OVERVIEW The purpose of the Creative Advertising and Audio Visual - Interactive

More information

DESCRIPTION: UPGRADE EMERGENCY GENERATOR/UPS NORTH CAMPUS

DESCRIPTION: UPGRADE EMERGENCY GENERATOR/UPS NORTH CAMPUS INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE, PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO.1007 DESCRIPTION: UPGRADE EMERGENCY GENERATOR/UPS

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

LORD Erie Robinson Road Relocation Project Exterior Sitework 2455 Robison Road

LORD Erie Robinson Road Relocation Project Exterior Sitework 2455 Robison Road WMF ARCHITECTURE INTERIORS CONSTRUCTION MANAGEMENT LORD Erie Robinson Road Relocation Project Exterior Sitework PROJECT MANUAL Project No. WMF 2012.012.00 Date: February 2014 WEBER MURPHY FOX INC. 3230

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package

Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package Lyndhurst Elementary School Renovation & Addition Secondary Technology Design Package INVITATION TO BID PROJECT: Lyndhurst Elementary School Secondary Technology Package BID DUE DATE: AUGUST 23, 2017 TIME:

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

2016 Wage Survey of Public and Private Construction Projects Building Construction Trades (Excludes Residential Construction)

2016 Wage Survey of Public and Private Construction Projects Building Construction Trades (Excludes Residential Construction) 2016 Wage Survey of Public and Private Construction Projects Building Construction Trades (Excludes Residential Construction) Please fill in for each craft that you have employed, the base wages plus fringe

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

NEWSPAPER ADVERTISEMENT

NEWSPAPER ADVERTISEMENT BASD Wireless Project Addendum #3: Network Cabling for Wireless LAN SPECIFICATIONS FOR LOCAL AREA NETWORK DATA CABLING TO SUPPORT DISTRICT-WIDE WIRELESS NEWSPAPER ADVERTISEMENT REQUEST FOR BIDS LOCAL AREA

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon PREVAILING WAGE RATES for Public Works Contracts in Oregon Brad Avakian Commissioner Bureau of Labor and Industries Effective: January 1, 2017 BRAD AVAKIAN COMMISSIONER CHRISTIE HAMMOND DEPUTY COMMISSIONER

More information

NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS

NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS will be received by the Municipal Clerk of the Borough of Beachwood, in the Beachwood Municipal Complex, 1600 Pinewald Road, Beachwood, New Jersey no later than

More information

INVITATION FOR BID TERMS AND CONDITIONS:

INVITATION FOR BID TERMS AND CONDITIONS: INVITATION FOR BID RE-ROOFING BUILDING at: Abingdon Child Development Center Early Head Start Roof Replacement 152 Highland Street, Abingdon, Virginia 24210. DESCRIPTION OF ITEMS: Notice is hereby given

More information

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon PREVAILING WAGE S for Public Works Contracts in Oregon Brad Avakian Commissioner Bureau of Labor and Industries Effective: January 1, 2013 BRAD AVAKIAN COMMISSIONER CHRISTIE HAMMOND DEPUTY COMMISSIONER

More information

4J Buena Vista ES Door Replacement Project Eugene, Oregon

4J Buena Vista ES Door Replacement Project Eugene, Oregon PROJECT MANUAL 4J Buena Vista ES Door Replacement Project Eugene, Oregon Request for Quotations CIP # 420.373.041 Issue Date: April 22, 2014 GMA Architects 860 West Park Street, Suite 300 Eugene, OR 97401

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

STATE OF MARYLAND 12/13/2013 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED

STATE OF MARYLAND 12/13/2013 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED STATE OF MARYLAND DEPARTMENT OF LABOR, LICENSING AND REGULATION DIVISION OF LABOR AND INDUSTRY PREVAILING WAGE SECTION 1100 N. Eutaw Street, Room 607 Baltimore, MD 21201 (410) 767-2342 12/13/2013 REQUEST

More information

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES NAME OF PROJECT: PROJECT NUMBER: PROPOSER: SECTION I. POLICY STATEMENT AND TERMS In accordance with the Metropolitan

More information

LABOR AGREEMENT BETWEEN THE UNIVERSITY OF MINNESOTA AND THE MINNESOTA STATE BUILDING AND CONSTRUCTION TRADES COUNCIL

LABOR AGREEMENT BETWEEN THE UNIVERSITY OF MINNESOTA AND THE MINNESOTA STATE BUILDING AND CONSTRUCTION TRADES COUNCIL LABOR AGREEMENT BETWEEN THE UNIVERSITY OF MINNESOTA AND THE MINNESOTA STATE BUILDING AND CONSTRUCTION TRADES COUNCIL Effective July 1, 2015 and June 30, 2018 LABOR AGREEMENT BETWEEN THE UNIVERSITY OF MINNESOTA

More information

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET

PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Exhibit A PREQUALIFICATION OF CONSTRUCTION CONTRACTORS QUESTIONNAIRE PACKET Submission of Pre-Qualification Packet Deadline: TBD Newcomb Academy AB300 New Construction Project Place of Pre-Qualification

More information

FOGARTY MEMORIAL SCHOOL Plumbing Renovations

FOGARTY MEMORIAL SCHOOL Plumbing Renovations PROJECT MANUAL Issued For Construction June, 2017 FOGARTY MEMORIAL SCHOOL Plumbing Renovations 736 Snake Hill Road North Scituate, Rhode Island 02857 AHARONIAN & ASSOCIATES, INC. - ARCHITECTS 310 George

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

PROJECT MANUAL. Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815

PROJECT MANUAL. Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815 PROJECT MANUAL Martin Luther King Jr. Technology Academy 3051 Fairfield Street, Sacramento, CA 95815 Kohler Elementary School 4004 Bruce Way, North Highlands, CA 95660 Roofing Project Bidding and Contract

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

INVITATION TO BID. John Eager Howard Elementary School Secondary Telecom Package 16B Linden Ave Abingdon, MD 21009

INVITATION TO BID. John Eager Howard Elementary School Secondary Telecom Package 16B Linden Ave Abingdon, MD 21009 INVITATION TO BID J. VINTON SCHAFER & SONS, INC. 1309-Q Continental Drive Abingdon, MD 21009 P 410.335.3000 F 410.335.6529 mail@jvschafer.com jvschafer.com PROJECT: BID DATE / TIME: PROJECT LOCATION: John

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

STATE OF MARYLAND 09/18/2017 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED

STATE OF MARYLAND 09/18/2017 REQUEST FOR ADVERTISEMENT AND NOTICE TO PROCEED STATE OF MARYLAND DEPARTMENT OF LABOR, LICENSING AND REGULATION DIVISION OF LABOR AND INDUSTRY PREVAILING WAGE SECTION 1100 N. Eutaw Street, Room 607 Baltimore, MD 21201 (410) 767-2342 09/18/2017 REQUEST

More information

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER REQUEST FOR QUALIFICATIONS To Serve as Legal Counsel to the State of Rhode Island Public Finance Management Board The Office of the General Treasurer

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon

PREVAILING WAGE RATES. for. Public Works Contracts in Oregon PREVAILING WAGE S for Public Works Contracts in Oregon Dan Gardner Commissioner Bureau of Labor and Industries Effective: January 1, 2008 DAN GARDNER COMMISSIONER DOUG MCKEAN Deputy Commissioner BUREAU

More information

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION

PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS. Contract 1 GENERAL CONSTRUCTION PROJECT MANUAL VILLAGE OF ADDISON STREETSCAPE IMPROVEMENTS Contract 1 GENERAL CONSTRUCTION Prepared for: VILLAGE OF ADDISON 35 TUSCARORA STREET ADDISON, NY 14801 Prepared by: LARSON DESIGN GROUP 1 West

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

DEPARTMENT OF THE TREASURY

DEPARTMENT OF THE TREASURY STATE OF NEW JERSEY DEPARTMENT OF THE TREASURY DIVISION OF PURCHASE & PROPERTY CONTRACT COMPLIANCE AND AUDIT UNIT EEO MONITORING PROGRAM PUBLIC AGENCY Guidelines for Administering Equal Employment Opportunity

More information

Application For Employment

Application For Employment Country Arbors Nursery, Inc. 1742 County Road 1400 rth Urbana, IL 61802 Application For Employment Federal, state and local laws prohibit discrimination in employment because of sex, age, race, color,

More information

INVITATION TO BID. WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA 98226

INVITATION TO BID. WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA 98226 INVITATION TO BID WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA 98226 February 23, 2016 DESCRIPTION OF SERVICES The intent of this invitation

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion 1 Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion Bids due April 5, 2016 1 2 Oak Park Unified School District 5801 Cornishon Ave Oak Park, CA 91377 NOTICE TO

More information

EMPLOYMENT APPLICATION

EMPLOYMENT APPLICATION EMPLOYMENT APPLICATION ------- READ THE FOLLOWING INSTRUCTIONS CAREFULLY BEFORE COMPLETING YOUR APPLICATION ------- It is important that you answer all the items on this application. Take time to list

More information

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

2018 AASHE Bulletin Advertising Agreement

2018 AASHE Bulletin Advertising Agreement 2018 AASHE Bulletin Advertising Agreement This AASHE Bulletin Advertising Agreement (the Agreement ) is made by and between the Association for the Advancement of Sustainability in Higher Education ( AASHE

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

PREVAILING WAGE GUIDE FOR CONTRACTORS

PREVAILING WAGE GUIDE FOR CONTRACTORS John R. Kasich Governor Jacquiline T. Williams Director PREVAILING WAGE GUIDE FOR CONTRACTORS (Revised April 2015) OHIO DEPARTMENT OF COMMERCE Division of Industrial Compliance Bureau of Wage and Hour

More information

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

More information

ON-THE-JOB TRAINING AGREEMENT

ON-THE-JOB TRAINING AGREEMENT ON-THE-JOB TRAINING AGREEMENT Contract # 1. This On-the-Job Training (OJT) Agreement is between the Employer, the Trainee, and the OJT Agency. The three parties agree that the Employer shall hire the Trainee

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

TECHNOLOGY SPECIFICATIONS

TECHNOLOGY SPECIFICATIONS TECHNOLOGY SPECIFICATIONS 2012 ST. CROIX RIVER EDUCATION DISTRICT VOICE-OVER-INTERNET-PROTOCOL (VOIP) SYSTEM FOR ST. CROIX RIVER EDUCATION DISTRICT (SCRED) RUSH CITY, MINNESOTA February 15, 2012 Project

More information

SAN ANTONIO WATER SYSTEM C-5 CULEBRA CASTROVILLE TO LAREDO AND C-28 ZARZAMORA CREEK SAN GABRIEL TO NW 23RD STREET, PHASE 2 SAWS JOB NO.

SAN ANTONIO WATER SYSTEM C-5 CULEBRA CASTROVILLE TO LAREDO AND C-28 ZARZAMORA CREEK SAN GABRIEL TO NW 23RD STREET, PHASE 2 SAWS JOB NO. SAN ANTONIO WATER SYSTEM C-5 CULEBRA CASTROVILLE TO LAREDO AND C-28 ZARZAMORA CREEK SAN GABRIEL TO NW 23RD STREET, PHASE 2 SAWS JOB NO. 17-4501 SAWS SOLICITATION NO. CO-00114 ADDENDUM NO. I June 15, 2017

More information

APPLICATION FOR EMPLOYMENT

APPLICATION FOR EMPLOYMENT APPLICATION FOR EMPLOYMENT All Recycling Inc. 1775 W. Wesley Ave. Englewood, CO 80110 Today s Date: Position Applied For: In compliance with Federal and State equal employment opportunity laws, qualified

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

Project Manual April 20, 2015

Project Manual April 20, 2015 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of

More information

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY

REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY 7703 NW Barry Road Kansas City, MO 64153 REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY Detailed Proposal Information is Available on District Website: http://www.parkhill.k12.mo.us Bid Closing

More information

UNC Chapel Hill Informal Contracting Guidelines

UNC Chapel Hill Informal Contracting Guidelines UNC Chapel Hill Informal Contracting Guidelines 1. Informal Contracts Informal bids are referenced by NC General Statute (NCGS) 143-131 as construction or repair work that does not reach the limits prescribed

More information

CHEROKEE COUNTY APPLICATION FOR EMPLOYMENT

CHEROKEE COUNTY APPLICATION FOR EMPLOYMENT Cherokee County Human Resource Director 135 S. Main St. Rusk, TX 75785 CHEROKEE COUNTY APPLICATION FOR EMPLOYMENT PLEASE READ THESE INSTRUCTIONS PRIOR TO COMPLETING THIS APPLICATION 1. Applications are

More information

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS ALL ITEMS MUST BE COMPLETED BY CONTRACTOR CALL NUMBER CONTRACTOR S NAME CONTRACTOR S FEIN BID AMOUNT DBE GOAL (%) WV LICENSE NUMBER CONTRACTOR

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

More information

BITUMINOUS MIXTURE # 13A BID SHEET

BITUMINOUS MIXTURE # 13A BID SHEET BITUMINOUS MIXTURE # 13A BID SHEET Sealed bids will be received at the office of the Clinton County Road Commission at 3536 S. US Highway 27, St. Johns, Michigan, until 1:00 P.M. Tuesday, January 31 st,

More information

Manufacturing Company, Inc Tanner Road Phone: (713) Houston, Texas Fax: (713)

Manufacturing Company, Inc Tanner Road Phone: (713) Houston, Texas Fax: (713) Please Print All Information Date: Position Applied For: Last Name: First Name: Middle Name: Telephone Number(s): Shift(s) Willing to Work: First Shift Second Shift Third Shift You are Available to Work:

More information

PROJECT MANUAL CONSTRUCTION DOCUMENTS LCCC AUTO BODY BUILDING PROJECT PAINT BOOTH REPLACEMENT. Prepared for: LARAMIE COUNTY COMMUNITY COLLEGE (OWNER)

PROJECT MANUAL CONSTRUCTION DOCUMENTS LCCC AUTO BODY BUILDING PROJECT PAINT BOOTH REPLACEMENT. Prepared for: LARAMIE COUNTY COMMUNITY COLLEGE (OWNER) PROJECT MANUAL CONSTRUCTION DOCUMENTS LCCC AUTO BODY BUILDING PROJECT PAINT BOOTH REPLACEMENT Prepared for: LARAMIE COUNTY COMMUNITY COLLEGE (OWNER) 1400 East College Drive Cheyenne, WY 82007 PH: 307-778-1121

More information

Request For Proposal Procedures

Request For Proposal Procedures PROCUREMENT SERVICES OFFICE Request For Proposal Procedures SECTION 1: OVERVIEW 1.1 What is a Request for Proposal (RFP)? A RFP is a method of solicitation used when, it has been determined that giving

More information

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee

Request for Qualifications Professional Services For. Wood Recycling Center Facility. Contract Number: C City of Chattanooga, Tennessee Request for Qualifications Professional Services For Wood Recycling Center Facility Contract Number: C-17-017-101 City of Chattanooga, Tennessee December 2017 Section 1 Introduction REQUEST FOR QUALIFICATIONS

More information

City of Moline, IL. Request for Proposal Employee Wellness Program for the City of Moline, Illinois. Issue date: June 13, 2014

City of Moline, IL. Request for Proposal Employee Wellness Program for the City of Moline, Illinois. Issue date: June 13, 2014 City of Moline, IL Request for Proposal Employee Wellness Program for the City of Moline, Illinois Issue date: June 13, 2014 Closing date and time: A complete copy of the sealed proposal must be received

More information

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

More information

New Jersey Department of Transportation Bureau of Research RESEARCH PROJECT Request for Proposal Program

New Jersey Department of Transportation Bureau of Research RESEARCH PROJECT Request for Proposal Program Date of RFP 08/18/2015 New Jersey Department of Transportation Bureau of Research RESEARCH PROJECT Request for Proposal 2015-16 Program Closing Date 09/28/2015 Defining the Hudson Bergen Light Rail Catchment

More information

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012 ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012 RE: Putnam County Emergency Services Disaster Response and Logistical Storage 410 S. State Road 19 Palatka, Florida Architect s Project No. 1132 FROM:

More information

Louisiana Society for Human Resource Management

Louisiana Society for Human Resource Management Louisiana Society for Human Resource Management 2017 Regular Session Bills of Interest The following are summaries of bills pending before the Louisiana Legislature during the 2017 Regular Session, and

More information

Construction Document Specifications. SMC Niles Phase V Southwestern Michigan College Niles, Michigan

Construction Document Specifications. SMC Niles Phase V Southwestern Michigan College Niles, Michigan Construction Document Specifications November 27, 2017 SMC Niles Phase V Southwestern Michigan College Niles, Michigan Prepared by: ABONMARCHE 95 W. Main St. Benton Harbor, MI 49022 269.927.2295 ACI Project

More information

EQUAL EMPLOYMENT OPPORTUNITY

EQUAL EMPLOYMENT OPPORTUNITY AP 3420 EQUAL EMPLOYMENT OPPORTUNITY References: Education Code Sections 87100 et seq.; Title 5 Sections 53000 et seq. and Sections 59300 et seq.; ACCJC Accreditation Standard III.A.11 Equal Employment

More information

SPECIFICATIONS. Asbestos and Hazardous Materials Abatement

SPECIFICATIONS. Asbestos and Hazardous Materials Abatement SPECIFICATIONS for Asbestos and Hazardous Materials Abatement at The City of St. Marys, Ohio Power Plant 335 North Chestnut Street St. Marys, Auglaize County, Ohio 45885 for The City of St. Marys, Ohio

More information

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09 INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101

More information

Department of Public Works Division of Engineering. Nassau County, New York

Department of Public Works Division of Engineering. Nassau County, New York TOWN OF OYSTER BAY Department of Public Works Division of Engineering Nassau County, New York REQUEST FOR PROPOSALS FOR CONSULTANT SERVICES SOLICITATION NO. 2017-12 NOTES: 1. ISSUANCE DATE: Thursday, October

More information

School District of Lodi Advertising on School Property

School District of Lodi Advertising on School Property School District of Lodi Advertising on School Property No. 851.1 (A) 5-13-13 The School District of Lodi recognizes that there are many community organizations and businesses that may wish to advertise

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

More information

Town of New Gloucester INVITATION TO BID Timber For Sale by Bid. Project Details

Town of New Gloucester INVITATION TO BID Timber For Sale by Bid. Project Details Town of New Gloucester INVITATION TO BID Timber For Sale by Bid To: Stumpage Buyers From: Town of New Gloucester The Town of New Gloucester is requesting bids for timber to be harvested using whole tree

More information

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

REQUEST FOR CONSTRUCTION BIDS May 23, 2017 REQUEST FOR CONSTRUCTION BIDS May 23, 2017 Cambridge Greenway Trail / Railroad Bridge Replacement Flood Mitigation Project 1.0 Project Background A former railroad bridge that currently carries the Cambridge

More information

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor INVITATION FOR BIDS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318,

More information

ATI Application for Employment

ATI Application for Employment ATI is committed to the principle of equal employment opportunity for all employees with a work environment free of discrimination and harassment. All employment decisions at ATI are based on business

More information

ARM Supplier Code of Conduct

ARM Supplier Code of Conduct ARM Supplier Code of Conduct 1 Overview ARM s Supplier Code of Conduct ( Code ) describes our corporate responsibility requirements from our suppliers ( Suppliers ) that provide products or services to

More information