+ All Categories
Home > Documents > Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer...

Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer...

Date post: 21-Dec-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
66
Anthony A. Lorenzetti, P.E., BCEE Director of Public Works 80 Main Street Terryville, Connecticut Department of Public Works Town of Plymouth Phone (860) 585-4030 Fax (860) 585-4067 Email: publicworks@plymou August 15, 2008 To: All Interested Bidders From: Anthony A. Lorenzetti, P.E.,BCEE Director of Public Works RE: Addendum #4 – Liquidated Damages – Response to Written Question Demolition of Structures and Hazardous Materials Abatement 268 Main St., Terryville, CT Please replace the attached page and sign and return this page as acknowledgement of the addendum with your bid. Question: I don’t see any project time or related liquidated damages. Response: Project is to be completed in 30 days, see #5 – Information to bidders. Liquidated damages added to Information to Bidders as item #21, see attached replacement page. If you have any questions, feel free to contact our office at (860) 585-4030. Receipt of Addendum #4 Acknowledgement: Signature:______________________________________ Date:___________________
Transcript
Page 1: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

Anthony A. Lorenzetti, P.E., BCEE Director of Public Works

80 Main Street Terryville, Connecticut

Department of Public Works Town of Plymouth

Phone (860) 585-4030 Fax (860) 585-4067 Email: publicworks@plymou

August 15, 2008 To: All Interested Bidders From: Anthony A. Lorenzetti, P.E.,BCEE Director of Public Works RE: Addendum #4 – Liquidated Damages – Response to Written Question Demolition of Structures and Hazardous Materials Abatement 268 Main St., Terryville, CT Please replace the attached page and sign and return this page as acknowledgement of the addendum with your bid. Question: I don’t see any project time or related liquidated damages. Response: Project is to be completed in 30 days, see #5 – Information to bidders. Liquidated damages added to Information to Bidders as item #21, see attached replacement page. If you have any questions, feel free to contact our office at (860) 585-4030.

Receipt of Addendum #4 Acknowledgement: Signature:______________________________________ Date:___________________

Page 2: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

j. Removal of structures in accordance with the approved demolition sequence. k. Obtain a local building demolition permit. The demolition permit fee will be waived. l. Disposal of demolition debris and other wastes. 13. Performance Bond: A performance bond shall be posted in a form acceptable to the Town in the full amount of the bid. 14. Hold Harmless Agreement The Contractor agrees to hold harmless the Town of Plymouth and its respective officers, agents and employees from any loss, costs, damages, expenses, judgments and liability whatsoever kind or nature howsoever the same may be caused resulting directly or indirectly by any act of omission of the contractor, for whose acts may be liable resulting in bodily injury including sickness and death, personal injury or damage to property directly or indirectly, including the loss of use resulting there from as permitted by law. The Contractor will be required to sign the enclosed Hold Harmless Agreement prepared by the Town. 15. Supplemental Agreement The Contractor is an independent contractor and neither the Contractor nor its employees under any circumstances will be considered servants or agents of the Town of Plymouth and the Town will be at no time legally responsible for any negligence or other wrong doing by the Contractor. The Town will not withhold from the contract payments to the Contractor for any federal or state unemployment taxes, federal or state income taxes, Social Security tax, or any other amounts for benefits to the Contractor. The lump sum or unit charges for the service provided does not represent gross wages and further the Town will not provide the Contractor any insurance coverage or other benefits, including Workers’ Compensation, normally provided by the Town for its employees. The Contractor will be required to sign the enclosed Supplemental Agreement prepared by the Town. 16. Acceptance of Proposal The Town will base its award of this contract on the experience of the Contractor as well as the costs proposed. 17. The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure will be turned over to the bidder. 19. Method of Payment 75% @ Completion, and 25% upon receipt: accounting off closure documents. 20. The Bidder and/or the listed subcontractor must provide evidence that they have completed a minimum of three (3) projects of similar scope and magnitude within the last three (3) years. Projects must have included at a minimum exterior lead paint and asbestos removal and disposal. 21. Liquidated Damages: Liquidated damages will be $250.00 per day. Project is to be completed within 30 days – see item #5 - Information for Bidders.

2

Page 3: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

Anthony A. Lorenzetti, P.E., BCEE Director of Public Works

80 Main Street Terryville, Connecticut

Department of Public Works Town of Plymouth

Phone (860) 585-4030 Fax (860) 585-4067 Email: [email protected]

August 12, 2008 To: All Interested Bidders From: Anthony A. Lorenzetti, P.E.,BCEE Director of Public Works RE: Addendum #3 Extension of date for written questions Demolition of Structures and Hazardous Materials Abatement 268 Main St., Terryville, CT 1) All questions pertaining to the project bidding must be submitted in writing to the Director of Public Works, 80 Main St., Terryville, CT 06786, fax (860) 585-4067 by new date: August 15, 2008. 2) *Attached drawing entitled: Waterwheel Park #262-280 Main Street & #13 Emmett Street Town of Plymouth, Litchfield County State of Connecticut *This map was distributed with original documents and mailed to all interested bidders but was not attached as a file on the DAS website. Item #2 is to correct that omission. This is also a reminder that signed acknowledgements for each addendum (#1-2-3) must be included with all bid proposals. Receipt of Addendum #3 Acknowledgement: Signature:______________________________________ Date:___________________

3

Page 4: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

4

Page 5: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

Anthony A. Lorenzetti, P.E., BCEE Director of Public Works

80 Main Street Terryville, Connecticut

Department of Public Works Town of Plymouth

Phone (860) 585-4030 Fax (860) 585-4067 Email: [email protected]

August 5, 2008 To: All Interested Bidders From: Anthony A. Lorenzetti, P.E.,BCEE Director of Public Works RE: Addendum #2 Demolition of Structures and Hazardous Materials Abatement 268 Main St., Terryville, CT Response to questions submitted in writing and extension of bid opening date as follows: 1) The bid opening date will be extended to Monday, August 25, 2008 at 10:00 a.m.

(correct all appropriate pages). 2) Question: Does the 8 foot high fence go all along all four sides of the property? The

addendum was not clear. Answer: No only on the Main Street frontage. 3) Question: Does the site get left in a rough grade condition or, any loam & seeding? Answer: Leave the site graded as is! No soil is to be removed or excavated, the site

has some contamination as referred to in the environmental reports that are referenced in the bid document.

4) Question: On the drawings under special conditions, Item #5; is the contractor to do

this? And if so, what is the parameter of this work you are looking for and is this done by a specialist in the field.

Answer: Yes and Yes. All wetlands conditions are the contractor’s responsibility. The parameter will be in accordance with DEP standards.

Receipt of Addendum #2 Acknowledgement: Signature:______________________________________ Date:___________________

5

Page 6: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

Anthony A. Lorenzetti, P.E., BCEE Director of Public Works

80 Main Street Terryville, Connecticut

Department of Public Works Town of Plymouth

Phone (860) 585-4030 Fax (860) 585-4067 Email: [email protected]

July 31, 2008 To: All Interested Bidders From: Anthony A. Lorenzetti, P.E.,BCEE Director of Public Works RE: Addendum #1 Demolition of Structures and Hazardous Materials Abatement 268 Main St., Terryville, CT Please replace the attached pages and sign and return this page as acknowledgement of the addendum with your bid. Additionally, this letter is also to clarify that there is NO mandatory pre-bid meeting on this project. If you have any questions, feel free to contact our office at (860) 585-4030.

Receipt of Addendum #1 Acknowledgement: Signature:______________________________________ Date:___________________

6

Page 7: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

Addendum #1 – July 31, 2008 (2) Disposal of Buildings Provisions: The Contractor shall completely demolish the structures and associated items, remove and dispose of the demolition debris, install safety fencing, abandon utilities (including public water service and public sewer service). The Contractor shall provide adequate safety measures and suitable protection for the public. This shall include, but not be limited to, erecting a fence or barricade not less than 8 feet high, along the street line the entire length of the structure, with each end returning back to the building prior to starting demolition in accordance with CGS 29-408. The Contractor shall retain the services of a licensed exterminator to ensure the structures are free of rodent and insect infestation. Any nuisance wildlife shall be removed by a CTDEP licensed Nuisance Wildlife Control Operator (NWCO), in accordance with CGS 26-47 prior to structure demolition. The Contractor shall prevent damage to any existing utilities that are to remain in service during demolition. The Contractor shall not interrupt existing utilities serving adjacent facilities, except when authorized in writing by authorities having jurisdiction and the Engineer. Use of explosives or blasting for demolition purposes will not be permitted. No burning or flame/torch cutting will be permitted. No items are designated to be salvaged. Any items not designated for salvage in the documents that are of salvageable value to the Contractor may be removed as work progresses. The Contractor shall transport its salvaged items from site as they are removed. Storage or sale of such items will not be permitted on site. No requests for additional time will be considered based on delays caused by the Contractor’s salvage work. The Contractor shall use the methods of demolition required to complete the work in accordance with all codes, ordinances and requirements of governing authorities. Demolition practice shall be acceptable to the Town, shall assure the safety of persons, equipment and structures which are to remain, and shall provide adequate protection of the environment. The Contractor shall schedule demolition activities to minimize delays, storage of debris, and construction traffic on-site. It is imperative that debris and dust does not enter into the river. The Demolition process shall be phased to eliminate the potential risk of dust and debris entering the river. Demolition shall proceed in a systematic manner. Structural framing members shall be removed and lowered to ground by means of hoists or other suitable methods. Demolition equipment shall be located throughout the site/structure and shall remove materials so as not to impose excessive loads on supporting walls, floors and framing. Load bearing walls fronting on streets shall be razed one story at a time. Concrete, masonry and stone walls shall be demolished in small sections. The Contractor shall remove the structures to grade. Any floor drain piping shall be sealed with concrete. If hazardous materials other than identified in this document are encountered during demolition operations, the Contractor shall immediately notify the Town. The Contractor shall also comply with applicable laws and regulations regarding removal, handling, disposal, and protection against exposure and environmental pollution. Demolition operations and removal of debris shall not interfere with roads, streets, walks, and other adjacent occupied and used facilities. Shoring, bracing, barricades, fencing and other devices shall be

7

Page 8: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

Addendum #1 – July 31, 2008 used as necessary to protect adjacent properties, the river and the public. Damage to adjacent facilities caused by demolition operations shall be promptly repaired. The Contractor shall not close or obstruct streets, walks, or other occupied or used facilities without permission from the Town.. The Contractor shall implement a fugitive dust suppression program in accordance with the Contract to prevent the off-site migration of particulate matter and/or dust resulting from demolition activities. It shall be the Contractor’s responsibility to supervise fugitive dust control measures and to monitor airborne particulate matter. The Contract shall employ reasonable fugitive dust suppression techniques and shall visually observe the amounts of particulate an/or fugitive dust generated. If the control of fugitive dust and/or particulate matter is not acceptable to the Town, the Contractor shall implement corrective measures, including using water or calcium chloride for dust control, temporary enclosures, and other methods to limit and control dust and dirt migration. The contractor shall not create hazardous or objectionable conditions, such as ice, flooding, water runoff and pollution when using water for dust control. Calcium Chloride for dust control shall conform to the requirements of Article 9.42. Water for dust control shall conform to the requirements of Article 9.43. The Owners representative may conduct ambient air monitoring for contaminants such as total lead, total dust, total fibers and silica for comparison to applicable standards. If any standard is exceeded, contractor shall immediately cease operations and modify the engineering controls being use to maintain levels below the applicable standard. Except as otherwise specified, the Contractor shall break up, demolish and remove from site for disposal/recycling: 1. All above ground building structures 2. All surface debris, brick, stone, concrete, walks and curbs 3. All miscellaneous structures, fences, stairways, posts, etc and debris to product a clean site. 4. Trees necessary for demolition will be cut to grade. Accumulated debris, rubbish, wood, plaster, roofing, wallboard, and other materials resulting from demolition and related operations shall be removed from the site daily as generated. Land clearing shall be in accordance with local regulations. Steel and scrap metal generated during the demolition process shall be recycled as scrap metal at an approved scrap metal recycling facility. Demolition materials that have not been characterized as hazardous shall be recycled off site or disposed of at a landfill. Transport non-hazardous materials removed from demolished structures and dispose/recycle off site as C&D bulky waste in accordance with the DEP solid waste management standards. The Contractor shall recycle as much C&D bulky waste as practical, following waste management guidelines such as the US Green Building Council (USGBC) Leadership in Energy & Environmental Design (LEED) Green Building Rating system, in cases were it reduces the overall project costs and does not violate applicable regulations or restrictions. Burning of combustible materials from demolished structures shall not be permitted on site. The Contractor shall dispose or recycle materials off-site in accordance with the Specifications and all Federal, State and local regulations. A copy of the shipping paper for each load of material shipped off-site for disposal/recycling, including the weight of the load as measured at the disposal/recycling facility, shall be returned to the Town.

8

Page 9: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

Addendum #1 – July 31, 2008 Where structure foundations and/or related walls/structures are acting as slope retaining walls, Contractor shall coordinate with the Town as to whether the retaining wall is to be removed and the area sloped and graded or the retaining wall is to remain. Where the removal of a structure creates a leading edge drop off which shall be accessible to the public, Contractor shall. 1. Provide site sketches indicating the locations of capped utilities (water, sewer, etc) and/or other

subsurface structural, electrical or mechanical conditions. 2. Shipping papers from the CTDEP solid waste bulky waste disposal facility indicating receipt and

acceptance of C&D bulky waste demolition debris. 3. Shipping papers from the approved scrap metal recycling facility indicating receipt and

acceptance of scrap metal debris. 4. Shipping papers from the approved concrete, brick, stone batch processing/recycling facility

indicating receipt and acceptance of recycled debris. Method of Measurement: The Contractor shall submit a lump sum bid price for the disposal of all buildings on the project as shown and in accordance with the instructions shown on the bid included with the Proposal. This lump sum shall be the total of the amounts shown by the Contractor on the above-mentioned list for each individual unit. Should any unit so listed to be disposed of be deleted for any reason, the lump sum bid will be adjusted by the amount bid for the unit as shown on the supplemental sheet attached to the proposal. The lump sum bid price shall also include all other related necessary work and material associated with the demolition and disposal of the structures, such as permits, saw-cutting, dust suppression, septic tank abandonment, water and sewer line capping., fencing, etc. Basis of Payment: This work will be paid by the State or paid for by the Contractor at the contract lump sum for the “Disposal of Buildings” as adjusted in accordance with the provisions of the above paragraph, which price shall include all materials, equipment, tools, labor and work incidental thereto. The Contract lump sum shall also include all other related necessary work and material associated with the demolition and disposal of the structures, such as permits, saw-cutting, dust suppression, water and sewer line capping, sedimentation control system, etc. Regulated Item Management Provisions (a) General Requirements The Contractor’s OSHA Competent Person shall be in control on the job site at all times during hazardous material management work activities. This person must be capable of identifying existing hazards, comply with applicable Federal, State and Local regulations that mandate work practices, and be capable of performing the work of this contract. All employees trained and qualified to perform such duties. All labor, materials, tools, equipment, services, testing, insurance, and incidentals which are necessary or required to perform the work in accordance with applicable governmental regulations, industry standards and codes, and these specifications, shall be provided by the Contractor.

9

Page 10: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

Addendum #1 – July 31, 2008 Ladders and/or scaffolds shall be in compliance with OSHA requirements, and of adequate length, strength and sufficient quantity to support the scope of work. Use of ladders, scaffolds shall be in conformance with OSHA 29 CFR 1926 Subpart L and X requirements. Work performed at heights exceeding six feet (6’) shall be performed in accordance with the OSHA Fall Protection Standard 29 CFR 1926 Subpart M including the use of fall arrest systems as applicable. Inventory data from investigative surveys throughout the buildings are available from the Town and are presented for informational purposes only. Under no circumstances shall this information be the sole means used by the Contractor for determining the quantities or extent of the regulated items to be managed. The Contractor shall be responsible for verification of all field conditions affecting performance of the work. The Contractor shall submit to the Town for concurrence any additional items not listed herein that it believes to be regulated items included under this item. However, compliance with applicable requirements is solely the responsibility of the Contractor. The Town will provide a Project Monitor to monitor the activities of the Contractor and inspect the work required. Environmental sampling shall be conducted as deemed necessary by the Engineer. Spill areas shall be cleaned by the Contractor until accepted by the Town. The Town may sample the spill area to demonstrate Contractor compliance with and acceptable standard. (b) Personnel Protection Prior to commencing work, the Contractor shall provide hazard communication training to all employees as necessary in accordance with OSHA 29 CFR 1926.59 and 29 CFR 1910.1200 and instruct all workers in all aspects of personnel protection, work procedures, emergency procedures and use of equipment including procedures unique to this project. Worker health and safety protocols that address potential and/or actual risk of exposure to site specific hazards are solely the responsibility of the Contractor. The Contractor shall provide respiratory protection that meets the requirements of OSHA as required in 29 CFR 1910.134 and 29 CFR 1926.1000. A formal respiratory protection program, including appropriate medical surveillance, must be implemented in accordance with OSHA standards. The Contractor shall, as necessary, conduct exposure assessment air sampling, analysis and reporting to ensure the workers are afforded appropriate respiratory protection.

10

Page 11: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

TOWN OF PLYMOUTH

PUBLIC WORKS DEPARTMENT PLYMOUTH, CT 06786

Demolition of Structures and Hazardous Materials Abatement 268 Main St., Terryville, CT

Bid Opening: Monday, August 11, 2008 @ 10:00 a.m.

Dated at Plymouth, CT July 25, 2008

11

Page 12: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

TABLE OF CONTENTS SECTION 01000 GENERAL LEGAL NOTICE INVITATION TO BID INFORMATION FOR BIDDERS INSURANCE REQUIREMENTS BID FORM BID BOND SECTION 02000 SITE WORK DISPOSAL OF BUILDING REGULATED ITEMS MANAGEMENT PROVISIONS 02080 ASBESTOS REMOVAL 02082 UNIVERSAL WASTE RECLAMATION

12

Page 13: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

Anthony A. Lorenzetti, P.E. Director of Public Works

80 Main Street Terryville, Connecticut

Department of Public Works Town of Plymouth

Phone (860) 585-4030 Fax (860) 585-4067 Email: [email protected]

Legal Notice

The Town of Plymouth will accept sealed bid proposals for the demolition of structures and hazardous materials abatement for property located at 268 Main St., Terryville, CT. Bid proposals will be accepted at the Dept. of Public Works at 80 Main Street, Terryville, CT until 10:00 a.m. on Monday, August 11, 2008 at which time they will be opened and read aloud. Copies of the bid specifications may be obtained at the Plymouth Department of Public Works at 80 Main St., Terryville, CT 06786, Monday through Friday 9:00 a.m. to 4:00 p.m. or by calling (860) 585-4030. The Town reserves the right to accept or reject any or all bids if it deems it in the best interest of the town. Dated at Plymouth, Connecticut This 25th day of July, 2008. Anthony A. Lorenzetti, P.E. Director of Public Works

13

Page 14: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

DEPARTMENT OF PUBLIC WORKS

INVITATION TO BID

Demolition of Structures and Hazardous Materials Abatement 268 Main St.

Terryville, Connecticut

The Town of Plymouth will accept sealed bid proposals for Demolition of Structures and Hazardous Materials Abatement at 268 Main St., Terryville, CT. Bid proposals will be accepted at the Dept. of Public Works at 80 Main Street, Terryville, CT until 10:00 a.m. on Monday, August 11, 2008 at which time they will be opened and read aloud. Bids must be in a plain envelope and clearly marked “Demolition of Structures and Hazardous Materials Abatement” - 268 Main St., Terryville, CT.” Copies of the bid specifications may be obtained at the Plymouth Department of Public Works at 80 Main St., Terryville, CT 06786, Monday through Friday 9:00 a.m. to 4:00 p.m. or by calling (860) 585-4030, beginning on July 28, 2008. The Town reserves the right to waive technical defects in the bids; and to reject any bid which does not conform to the terms and conditions described in the bid documents, to accept or reject any part of any bid; or to reject any or all bids if it deems it in the best interest of the town.

14

Page 15: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

Information for Bidders

1. Intent The intent of the Town of Plymouth Public Works Dept. is to solicit bids for the demolition and hazardous materials abatement of 3 structures located at 268 Main St., Terryville, CT. The scope of work for the project is outlined in the attached technical specifications. Bid shall be good for a period of (60) sixty days. 2. General Provisions: Place of Opening: Plymouth Town Hall

Assembly Room 80 Main St., Terryville, CT 06786

Time of Opening: Monday, August 11, 2007 at 10:00 a.m.

Bid Return Envelope: Bids are to be submitted in a sealed envelope and marked: “Demolition of Structures and Hazardous Materials Abatement”

- 268 Main St., Terryville, CT” The bid opening date must also be shown on the envelope to prevent a sealed bid from being opened prior to the bid opening date. Any bid not so marked and opened by the Town shall be rejected. The following forms shall also be submitted with the bid proposal package:

Bid Schedule Proof of Insurance

Bid Bond References

All bids must be accompanied by a Bid Guaranty bond payable to the Town of Plymouth in the amount of 10% (ten percent) of the total bid price. 3. It is intended that this Contract shall be awarded to the bidder that best meets the needs of the Town of Plymouth with respect to qualifications, contractor’s submitted start date and cost. Mandatory Pre-Bid Meeting:

All questions pertaining to the project bidding must be submitted in writing to the Director of Public Works, 80 Main St., Terryville, CT 06786 fax (860) 585- 4067 by Monday, August 4, 2008

4. Bid Forms All bids must be submitted on forms and in accordance with specifications supplied by the Public Works Dept. administrative office. 5. Notice of Award The person or persons whose bid is accepted will be issued a Town of Plymouth Purchase Order. Issuance of a Purchase Order will act as Notice to Proceed. Contractor will begin work within (10) ten calendar days of Notice to Proceed and complete the work within (30) calendar days. Individuals are invited to attend the bid opening with official bid results pending notification to the successful bidder.

15

Page 16: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

The contractor must furnish a bond for faithful completion of the work satisfactory to the Town of Plymouth and furnish a labor and material payment bond, both in the amount of 100% of the total bid price within seven (7) days from the date of notice of the award. In case of failure or refusal on the part of the bidder to accept a purchase order or to furnish the required bonds or required insurance certificates, within a set period, he or they shall forfeit to the Town of Plymouth such part of the bid bond as shall be equal to the difference between the total bid of the defaulting bidder, and the total bid of the person or persons with whom the purchase order is finally issued. 6. Award of Contract The Town reserves the right to reject any and all bids, for reason the Town deems advisable and to award contract or contracts to any contractors bidding on work, regardless of bid amount. 7. All applicable Federal, State and Local building and/or fire codes, and regulations/ordinances shall be met, including but not limited to obtaining all necessary permits/sign-offs from all agencies and departments as required, and the work shall be in conformance with the specifications. 8. All work to be completed in a professional manner and work shall be performed in the order prescribed. 9. Price, Discounts and Payment Prices bid shall not include any taxes, Local, State or Federal, as the Town is not liable. In addition to the price bid, each bidder may quote binding discounts, which will be considered when making award. 10. Assignment of Contract Contractor shall not sublet, sell, transfer, assign or dispose of Contract or any portion thereof. 11. Insurance The Contractor will carry the following insurance coverage’s with an insurance company/ies licensed in the State of Connecticut and approved by the Town of Plymouth. The insurance company/ies must have at least an A-rating by A.M. Best Company. All policies will provide a 30-day notice of cancellation as well as a 10-day notice of any material change in the policies to the Town of Plymouth Public Works Dept. Certificates of insurance will be presented to the Public works director for his approval prior to the contractor or his subcontractors entering on to Town property or commencing any work whatsoever. The following coverage’s and limits will be provided:

16

Page 17: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

INSURANCE REQUIREMENTS

Workers Compensation A. Owners Protective Liability: Each Occurrence $1,000,000 Aggregate $1,000,000 B. Commercial Liability: General aggregate $2,000,000 Each Occurrence $1,000,000 C. Automotive-For all owned, non-owned, hired and leased vehicles: Each Occurrence Combined Single Limit $1,000,000 D. Umbrella: Combined single limit $3,000,000 General aggregate $3,000,000 E. Workers Compensation: Coverage A Statutory $500,000 Coverage B Each Accident $500,000 Disease-Policy Limit $500,000 Disease-Each Employee $500,000 F. Other: Pollution Liability $1,000,000 In the aggregate $1,000,000 Contractors must name the Town of Plymouth as an additional named insured on all Certificates. All policies will provide a 30-day notice of cancellation as well as a 10-day notice of any material change in the policies to the Director of Public Work’s for the Town of Plymouth. Certificates of Insurance will be on file with the Town before any work commences. Contractor may purchase and maintain excess liability insurance in the umbrella form in order to satisfy the limits of liability required for the insurance to be purchased and maintained in accordance with the requirements set forth above. Evidence of such excess liability shall be delivered to owner in the form of a certificate indicating the policy numbers and limits of liability of all underlying insurance. Municipality must be an additional insured on any such umbrella policy. The contractor and its general liability & pollution liability carrier(s) waive all rights of subrogation against the Town of Plymouth for claims arising from services performed under this project/contract by named insured. MUNICIPALITY RESERVES THE RIGHT, AT ITS SOLE DISCRETION, TO AMEND THE INSURANCE REQUIREMENTS SET FORTH ABOVE.

17

Page 18: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

12. Project Description: The contractor shall remove three existing structures down to the slabs. The slabs shall remain. All work must be performed without excavating on the site or disturbing the soils on site, and in accordance with the conditions set forth by the Town of Plymouth wetlands commission permit. The wetlands permit is attached to this bid package. The contractor shall comply with the specifications included as Sections 02080 Asbestos Removal and 02082 Universal Waste Reclamation contained in the contract documents. The contractor is also notified that a “Draft Brownfield’s Targeted Site Assessment” entitled “Hart Property Plymouth Connecticut was completed for the USEPA by Tetra Tech NUS, Inc. dated June 2006, and the contractor must perform their operations in complete awareness of the report that is available in the Public Works Department of the Town of Plymouth, the report details locations of the existing monitoring wells on site to be protected, existing subsurface conditions, and other information that is critical for the protection of on site workers and the public. The following is a list of documents that are also available in the Public Works office for review: Transfer of Establishment –Form III Subsurface investigations for 166-168 (now 268) Main Street by EEO Management, Incorporated dated 7/11/2003 The contractor is required to submit a construction phasing plan, for approval to the town, and must include at a minimum the following steps. a. Removal of universal wastes, asbestos containing debris, and other wastes located

within the structures. b. Verify trees to be removed have been posted. It must be in compliance with the

enclosed ordinance, Sec. 14-98. d. Note: Comply with all items on the approved enclosed Town of Plymouth wetlands

permit. The next two items must be installed prior to any work being performed, these two items are for protection to the river and are listed as items e. and f. however the contractor is also required to propose a demolition sequence and plan that will protect the Pequabuck River and will keep debris and dust out of the river during construction.

e. Install containment structure in the river (see photos) to be “Performance Boom” turbidity curtain or equal, to be installed in accordance with and in a location approved by the town.

f. Install 4’ tall construction fencing and hay bales as shown in the attached photo in accordance with location approved by the town.

g. Install staging as required, protective measures and other means as required for exterior work, building material removal and the protection of the workers and the public.

i. Have temporary protection available for securing the site and secure the site.

18

Page 19: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

j. Removal of structures in accordance with the approved demolition sequence. k. Obtain a local building demolition permit. The demolition permit fee will be waived. l. Disposal of demolition debris and other wastes. 13. Performance Bond: A performance bond shall be posted in a form acceptable to the Town in the full amount of the bid. 14. Hold Harmless Agreement The Contractor agrees to hold harmless the Town of Plymouth and its respective officers, agents and employees from any loss, costs, damages, expenses, judgments and liability whatsoever kind or nature howsoever the same may be caused resulting directly or indirectly by any act of omission of the contractor, for whose acts may be liable resulting in bodily injury including sickness and death, personal injury or damage to property directly or indirectly, including the loss of use resulting there from as permitted by law. The Contractor will be required to sign the enclosed Hold Harmless Agreement prepared by the Town. 15. Supplemental Agreement The Contractor is an independent contractor and neither the Contractor nor its employees under any circumstances will be considered servants or agents of the Town of Plymouth and the Town will be at no time legally responsible for any negligence or other wrong doing by the Contractor. The Town will not withhold from the contract payments to the Contractor for any federal or state unemployment taxes, federal or state income taxes, Social Security tax, or any other amounts for benefits to the Contractor. The lump sum or unit charges for the service provided does not represent gross wages and further the Town will not provide the Contractor any insurance coverage or other benefits, including Workers’ Compensation, normally provided by the Town for its employees. The Contractor will be required to sign the enclosed Supplemental Agreement prepared by the Town. 16. Acceptance of Proposal The Town will base its award of this contract on the experience of the Contractor as well as the costs proposed. 17. The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure will be turned over to the bidder. 19. Method of Payment 75% @ Completion, and 25% upon receipt: accounting off closure documents. 20. The Bidder and/or the listed subcontractor must provide evidence that they have completed a minimum of three (3) projects of similar scope and magnitude within the last three (3) years. Projects must have included at a minimum exterior lead paint and asbestos removal and disposal.

19

Page 20: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

BID FORM

Project Title: Demolition of Structures and Hazardous Materials Abatement 268 Main St, Terryville, CT

The undersigned is familiar with the conditions surrounding this call for bids, is aware that the Town reserves the right to reject any or all bids, and is submitting this bid without collusion with any other person, individual or corporation. Bidder: ____________________________________________ Address: ____________________________________________ Town/City: ____________________________________________ Date: ____________________________________________ Phone: ____________________ Fax:___________________ Lump Sum Bid: $_______________ _________________________________________dollars and _________ cents.

20

Page 21: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

SUBCONTRACTOR’S Listed subcontractors: Type of Work to be performed:_________________________________________________________ Company Name:_________________________________________ Telephone:___________________ Contact Person:__________________________________________ Telephone:___________________ Address:_________________________________________________Fax:_______________________ City:___________________________________ State:______________ Zip:_____________________ Type of Work to be performed:_________________________________________________________ Company Name:_________________________________________ Telephone:___________________ Contact Person:__________________________________________ Telephone:___________________ Address:_________________________________________________Fax:_______________________ City:___________________________________ State:______________ Zip:_____________________ Type of Work to be performed:_________________________________________________________ Company Name:_________________________________________ Telephone:___________________ Contact Person:__________________________________________ Telephone:___________________ Address:_________________________________________________Fax:_______________________ City:___________________________________ State:______________ Zip:_____________________ Type of Work to be performed:_________________________________________________________ Company Name:_________________________________________ Telephone:___________________ Contact Person:__________________________________________ Telephone:___________________ Address:_________________________________________________Fax:_______________________ City:___________________________________ State:______________ Zip:_____________________ (Copy and attached additional pages if necessary)

21

Page 22: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

BID BOND

Any singular reference to Bidder, Surety, Owner, or other party shall be considered plural where applicable. BIDDER (Name and Address) SURETY (Name and Address of Principal Place of Business): OWNER (Name and Address): Town of Plymouth, Connecticut Town Hall 80 Main Street Terryville, CT 06786 BID Bid Due Date: August 11, 2008 – 10:00 a.m. Project (Brief Description Including Location):

Demolition of Structures and Hazardous Materials Abatement of 268 Main St., Terryville, CT

BOND Bond Number Date (Not later than Bid due date) Penal Sum ___________________________________________ _______________________ (Words) (Figures) Surety and Bidder, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Bid Bond to be duly executed on its behalf by its authorized officer, agent, or representative. BIDDER SURETY ________________________________(Seal) _____________________________(Seal) Bidder’s Name and Corporate Seal Surety’s Name and Corporate Seal By:_______________________________ By:_____________________________ Signature and Title Signature and Title (Attach Power of Attorney) Attest:_____________________________ Attest:___________________________ Signature and Title Signature and Title Note: Above addresses are to be used for giving required notice.

22

Page 23: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

1. Bidder and Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to pay to Owner upon default of Bidder the penal sum set forth on the face of this Bond. Payment of the penal sum is the extent of Surety’s liability. 2. Default of Bidder shall occur upon the failure of Bidder to deliver within the time required by the Bidding documents (or any extension thereof agreed to in writing by Owner) the executed Agreement required by the Bidding documents and any performance and payment bonds required by the Bidding Documents. 3. This obligation shall be null and void if: 3.1 Owner accepts Bidder’s Bid and Bidder delivers within the time required by the Bidding Documents (or any extension thereof agreed to in writing by Owner) the executed agreement required by the Bidding Documents and any performance and payment bonds required by the Bidding Documents, or 3.2 All Bids are rejected by Owner, or 3.3 Owner fails to issue a Notice of Award to Bidder within the time specified in the Bidding Documents (or any extension thereof agreed to in writing by Bidder and, if applicable, consented to by Surety when required by Paragraph 5 hereof) 4. Payment under this Bond will be due and payable upon default by Bidder and within 30 calendar days after receipt by Bidder and Surety of written notice of default from Owner, which notice will be given with reasonable promptness, identifying this Bond and the Project and including a statement of the amount due. 5. Surety waives notice of any and all defenses based on or arising out of any time extension to issue Notice of Award agreed to in writing by Owner and Bidder, provided that the total time for issuing Notice of Award including extensions shall not in the aggregate exceed 120 days from Bid due date without Surety’s written consent.

6. No suit or action shall be commenced under this bond prior to 30 calendar days after the notice of default required in Paragraph 4 above is received by Bidder and Surety and in no case later than one year after Bid due date.

7. Any suit or action under this Bond shall be commenced only in a court of competent jurisdiction located in the state in which the Project is located. 8. Notices required hereunder shall be in writing and sent to Bidder and Surety at their respective addresses shown on the face of this Bond. Such notices may be sent by personal delivery, commercial courier, or by requested; postage pre-paid, and shall be deemed to be effective upon receipt by the party concerned. 9. Surety shall cause to be attached to this Bond a current and effective Power of Attorney evidencing the authority of the officer, agent, or representative who executed this Bond on behalf of Surety to execute, seal, and deliver such Bond and bind the Surety thereby. 10. This Bond is intended to conform to all applicable statutory requirements. Any applicable requirements of any applicable statute that has been omitted from this Bond shall be deemed to be included herein as if set forth at length. If any provision of this Bond conflicts with any applicable statute, then the provision of said statute shall govern and the remainder of this Bond that is not in conflict therewith shall continue in full force and effect. 11. The term “Bid” as used herein includes a Bid, offer, or proposal as applicable.

23

Page 24: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-24 Terryville, Connecticut

Notice of Award Dated:___________

PROJECT OWNER OWNER’S CONTRACT NO: ________________________________________________________________________________________________________________ CONTRACT: ENGINEER’S PROJECT NO: ________________________________________________________________________________________________________________ BIDDER . ________________________________________________________________________________________________________________ BIDDER’S ADDRESS: (send Certified Mail, Return Receipt Requested) ________________________________________________________________________________________________________________ You are notified that your Bid submitted on:________________ for the above Contract has been considered. You are the Successful Bidder and are awarded a Contract for:

Building Demolition of 268 Main St. Terryville, CT

As per the bid opened on August 11, 2008. The Contract Price of your Contract is: (3) Copies of each of the proposed Contract Documents (except Drawings) accompany this Notice of Award. You must comply with the following conditions precedent within [15] days of the date you receive this Notice of Award. 1. Deliver to the Owner [three] fully executed counterparts of the Contract Documents. 2. Deliver with the executed Contract Documents the Contract security [Bonds] as specified in the Instructions to Bidders (Article 20), [and] General Conditions (Paragraph 5.01) [and Supplementary Conditions (Paragraph SC-5.01).] 3. Other conditions precedent: Failure to comply with these conditions within the time specified will entitle Owner to consider you in default, annul this Notice of Award and declare your Bid security forfeited. Within ten days after you comply with the above conditions, Owner will return to you one fully executed counterpart of the Contract Documents. _____________________________________________ Owner By:____________________________________________ Authorized Signature __Mayor______________________________________ Title

Page 25: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-25 Terryville, Connecticut

Disposal Facility Materials Acceptance Certification Project:___________________________________________ Project Location:____________________________________ Facility Name:______________________________________Telephone__________________ Facility Address:_____________________________________Fax_______________________ ______________________________________ ______________________________________ The Contractor has supplied the analytical data contained in the report concerning the site investigation performed by the Town. I have personally reviewed this data and intend to accept the following: This intent to accept the material will be subject to and dependent upon the facility’s subsequent evaluation of the waste characterization documentation to be provided to the Contractor by the Town. Authorized Facility Representative:________________________________________/_____________________ Printed/Typed Name Title _______________________________________/________________________ Signature Date Note: The facility shall attach the acceptance criteria and facility sampling frequency requirements to this document. DO NOT ALTER FORM IN ANY WAY. FORM MUST BE COMPLETED IN ENTIRETY.

Page 26: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-26 Terryville, Connecticut

DISPOSAL OF BUILDINGS Description: Work under this item shall include all activities related to the demolition and disposal of structures as identified on the plans and/or specifications and on the supplemental sheet entitled “Disposal of Buildings”, which is made a part of the proposal. Upon award of the Contract, the Contractor shall accept title and ownership of such structures as listed in the proposal, as well as all risk of loss and any and all liability in connection therewith. The Contractor shall not rent or otherwise use such structures without written permission from the Engineer. The Commissioner reserves the right to delete from the contract the removal of any of the buildings listed in the contract documents. The work shall be performed by an experienced firm that has successfully completed demolition work similar to that indicated herein. Such firm shall be Registered for Demolition Business by the Department of Public Safety (CTDPS) in accordance with CGS 29-402, and shall perform work under the supervision of a competent person as defined under OSHA 29 CFR 1926.850-Demolition. In addition, employees performing on-site demolition related activity shall have attended an OSHA 10-hour Occupational Safety and Health Training Course in Construction Safety & Health, or equivalent. The Contractor shall not perform any demolition work until such time that all applicable hazardous material abatement has been completed. All activities shall be performed in accordance with the State of Connecticut Demolition Code (CGS 29-401 through 415), the Connecticut State Building Code including Supplements and Amendments, OSHA Demolition Standard (29 CFR 1926.850), CTDEP Solid Waste Management Standards (22a-209-1 through 13), CTDEP Air Regulations (22a-174-1 through 36), CTDPH Public Health Code Regulations and Technical Standards for Subsurface Sewage Disposal Systems (19-13-B100a, B103 & B104), OSHA Construction Standards (29 CFR 1926), EPA Clean Air Act (CAA) National Ambient Air Quality Standards (NAAQS), ANSI A10.6-1990-Safety Requirements for Demolition, and NFPA 241-1993-Safeguarding Construction, Alteration and Demolition Operations. The Town will supply the Contractor with utility service disconnect notices and/or historical reviews from the State Historical Preservation Office, as applicable. Should such disconnect notices not be available, the Contractor shall arrange for discontinuance of all utility services and obtain the necessary documentation from the utility provider. The State does not engage to protect any buildings against damage, in any form including loss of fixtures or equipment, or vandalism in the period between the bidder’s inspection of such building and the time such building is formally released to him as described herein. The Contractor shall take this into account in placing his bid. Materials: Sheeting for covering excavated materials and/or construction debris determined to be contaminated shall be polyethylene sheet having a minimum thickness of 6 mils. Sedimentation (Hay bales) shall conform to the requirements of DOT Form 816. Sedimentation Control System (Geotextile silt fencing) shall conform to the requirements of DOT Form 816.

Page 27: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-27 Terryville, Connecticut

Granular Fill shall conform to the requirements of DOT Form 816. Construction Methods: (1) Pre-demolition Submittals and Permits: (a) The Contractor shall, in accordance with CGS 29-406, apply for and obtain from the local building department, demolition permits for each structure to be demolished/disposed of. The Contractor shall pay all associated fees. The Contractor is also hereby notified that the local authority may impose a waiting period of up to ninety (90) days before granting any demolition permit. It is the Contractor’s responsibility to schedule activities to accommodate for such waiting periods and these waiting periods will not be allowed as the basis of delay claims by the Contractor. (b) For each structure to be demolished, if an Asbestos Abatement Notification Form was not submitted to the CTDPH, the Contractor shall submit the Demolition/Notification Form to the CTDPH not less than 10 working days prior to the commencement of demolition activities in accordance with CTDPH 19a-332a-3. The Contractor shall pay all associated fees. (c) In accordance with CGS 29-407, prior to commencing demolition activity, Contractor shall notify each adjoining property owner by certified mail that such demolition operations are planned. (d) At least five (5) working days prior to the start of any demolition work, the Contractor shall submit the following to the Engineer for review and approval: 1. A copy of the Contractors CTDPS Registration for Demolition Business. 2. A copy of the approved demolition permit(s) 3. A copy of the letters to adjoining property owners 4. Documentation that signs conforming to CGS 4b-64 have been posted (as applicable) 5. Copies of utility disconnect letters 6. A project time schedule for each phase on work, including demolition, utility service/sewer abandonment, abatement, etc. 7. Proposed demolition procedures to be utilized, as developed by a competent person in accordance with OSHA 20 CFR 1926.850, and waste management plan 8. Proposed protective/safety measures to be implemented. 9. Proposed dust control measures. 10. Proposed demolition C&D bulky waste disposal facility. 11. Proposed steel/scrap metal recycling facility. 12. Proposed concrete, brick, stone batch processing/recycling facility. 13. Certification from a licensed exterminator that the structures are free from rodent and insect infestations. 14. A copy of the CTDEP Nuisance Wildlife Control Operator license (as applicable) 15. Copies of the Site Postings and Legal Notices Published pursuant to CGS 4b-64 (as applicable). 16. Copies of on-site employee OSHA 10-hour Construction Safety & Health training certificates, or equivalent.

Page 28: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-28 Terryville, Connecticut

Page 29: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-29 Terryville, Connecticut

(2) Disposal of Buildings Provisions: The Contractor shall completely demolish the structures and associated items, remove and dispose of the demolition debris, backfill foundation and subgrade areas, install safety fencing, abandon utilities (including public water service and public sewer service). The Contractor shall provide adequate safety measures and suitable protection for the public. This shall include, but not be limited to, erecting a fence or barricade not less than 8 feet high, along the street line the entire length of the structure, with each end returning back to the building prior to starting demolition in accordance with CGS 29-408. The Contractor shall retain the services of a licensed exterminator to ensure the structures are free of rodent and insect infestation. Any nuisance wildlife shall be removed by a CTDEP licensed Nuisance Wildlife Control Operator (NWCO), in accordance with CGS 26-47 prior to structure demolition. The Contractor shall prevent damage to any existing utilities that are to remain in service during demolition. The Contractor shall not interrupt existing utilities serving adjacent facilities, except when authorized in writing by authorities having jurisdiction and the Engineer. Use of explosives or blasting for demolition purposes will not be permitted. No burning or flame/torch cutting will be permitted. No items are designated to be salvaged. Any items not designated for salvage in the documents that are of salvageable value to the Contractor may be removed as work progresses. The Contractor shall transport its salvaged items from site as they are removed. Storage or sale of such items will not be permitted on site. No requests for additional time will be considered based on delays caused by the Contractor’s salvage work. The Contractor shall use the methods of demolition required to complete the work in accordance with all codes, ordinances and requirements of governing authorities. Demolition practice shall be acceptable to the Town, shall assure the safety of persons, equipment and structures which are to remain, and shall provide adequate protection of the environment. The Contractor shall schedule demolition activities to minimize delays, storage of debris, and construction traffic on-site. It is imperative that debris and dust does not enter into the river. The Demolition process shall be phased to eliminate the potential risk of dust and debris entering the river. Demolition shall proceed in a systematic manner. The Contractor shall complete demolition work above each floor or tier before disturbing supporting members on lower levels. Structural framing members shall be removed and lowered to ground by means of hoists or other suitable methods. Demolition equipment shall be located throughout the site/structure and shall remove materials so as not to impose excessive loads on supporting walls, floors and framing. The Contractor may elect to demolish the east wall outward, otherwise walls shall be demolished toward the middle of the structure. Load bearing walls fronting on streets shall be razed one story at a time. All floors above the third floor shall be demolished with the use of adequate chutes.

Page 30: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-30 Terryville, Connecticut

No storage of rubble on the upper floors of any building or on the site shall be allowed. Concrete, masonry and stone walls shall be demolished in small sections. The Contractor shall remove the structures to grade. The chimney which is adjacent to the west wall by the river shall be removed first and manually. Any floor drain piping shall be sealed with concrete. If hazardous materials other than identified in this document are encountered during demolition operations, the Contractor shall immediately notify the Town. The Contractor shall also comply with applicable laws and regulations regarding removal, handling, disposal, and protection against exposure and environmental pollution. Demolition operations and removal of debris shall not interfere with roads, streets, walks, and other adjacent occupied and used facilities. Shoring, bracing, barricades, fencing and other devices shall be used as necessary to protect adjacent properties, the river and the public. Damage to adjacent facilities caused by demolition operations shall be promptly repaired. The Contractor shall not close or obstruct streets, walks, or other occupied or used facilities without permission from the Town.. The Contractor shall implement a fugitive dust suppression program in accordance with the Contract to prevent the off-site migration of particulate matter and/or dust resulting from demolition activities. It shall be the Contractor’s responsibility to supervise fugitive dust control measures and to monitor airborne particulate matter. The Contract shall employ reasonable fugitive dust suppression techniques and shall visually observe the amounts of particulate an/or fugitive dust generated. If the control of fugitive dust and/or particulate matter is not acceptable to the Town, the Contractor shall implement corrective measures, including using water or calcium chloride for dust control, temporary enclosures, and other methods to limit and control dust and dirt migration. The contractor shall not create hazardous or objectionable conditions, such as ice, flooding, water runoff and pollution when using water for dust control. Calcium Chloride for dust control shall conform to the requirements of Article 9.42. Water for dust control shall conform to the requirements of Article 9.43. The Owners representative may conduct ambient air monitoring for contaminants such as total lead, total dust, total fibers and silica for comparison to applicable standards. If any standard is exceeded, contractor shall immediately cease operations and modify the engineering controls being use to maintain levels below the applicable standard. Except as otherwise specified, the Contractor shall break up, demolish and remove from site for disposal/recycling: 1. All above ground building structures 2. All surface debris, brick, stone, concrete, walks and curbs 3. All floor construction over basements, regardless of elevation. 4. All apparatus and debris from within basements. 5. All miscellaneous structures, fences, stairways, posts, etc and debris to product a clean site. 6. Trees necessary for demolition will be cut to grade. Basement floors may remain if located a minimum depth of 24 inches below grade.

Page 31: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-31 Terryville, Connecticut

Accumulated debris, rubbish, wood, plaster, roofing, wallboard, and other materials resulting from demolition and related operations shall be removed from the site daily as generated. Land clearing shall be in accordance with local regulations. Steel and scrap metal generated during the demolition process shall be recycled as scrap metal at an approved scrap metal recycling facility. Demolition materials that have not been characterized as hazardous shall be recycled off site or disposed of at a landfill. Transport non-hazardous materials removed from demolished structures and dispose/recycle off site as C&D bulky waste in accordance with the DEP solid waste management standards. The Contractor shall recycle as much C&D bulky waste as practical, following waste management guidelines such as the US Green Building Council (USGBC) Leadership in Energy & Environmental Design (LEED) Green Building Rating system, in cases were it reduces the overall project costs and does not violate applicable regulations or restrictions. Burning of combustible materials from demolished structures shall not be permitted on site. The Contractor shall dispose or recycle materials off-site in accordance with the Specifications and all Federal, State and local regulations. A copy of the shipping paper for each load of material shipped off-site for disposal/recycling, including the weight of the load as measured at the disposal/recycling facility, shall be returned to the Town. Where structure foundations and/or related walls/structures are acting as slope retaining walls, Contractor shall coordinate with the Town as to whether the retaining wall is to be removed and the area sloped and graded or the retaining wall is to remain. Where the removal of a structure creates a leading edge drop off which shall be accessible to the public, Contractor shall. 1. Provide site sketches indicating the locations of capped utilities (water, sewer, etc) and/or other

subsurface structural, electrical or mechanical conditions. 2. Shipping papers from the CTDEP solid waste bulky waste disposal facility indicating receipt and

acceptance of C&D bulky waste demolition debris. 3. Shipping papers from the approved scrap metal recycling facility indicating receipt and acceptance of

scrap metal debris. 4. Shipping papers from the approved concrete, brick, stone batch processing/recycling facility indicating

receipt and acceptance of recycled debris. Method of Measurement: The Contractor shall submit a lump sum bid price for the disposal of all buildings on the project as shown and in accordance with the instructions shown on the bid included with the Proposal. This lump sum shall be the total of the amounts shown by the Contractor on the above-mentioned list for each individual unit. Should any unit so listed to be disposed of be deleted for any reason, the lump sum bid will be adjusted by the amount bid for the unit as shown on the supplemental sheet attached to the proposal. The lump sum bid price shall also include all other related necessary work and material associated with the demolition and disposal of the structures, such as permits, excavation, backfill, saw-cutting, dust suppression, septic tank abandonment, water and sewer line capping., paving, fencing, etc. Sedimentation Control System and Granular Fill shall be paid for under their respective pay items.

Page 32: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-32 Terryville, Connecticut

Basis of Payment: This work will be paid by the State or paid for by the Contractor at the contract lump sum for the “Disposal of Buildings” as adjusted in accordance with the provisions of the above paragraph, which price shall include all materials, equipment, tools, labor and work incidental thereto. The Contract lump sum shall also include all other related necessary work and material associated with the demolition and disposal of the structures, such as permits, excavation, backfill, saw-cutting, dust suppression, septic tank abandonment, water and sewer line capping, paving, fencing, sedimentation control system, etc. Regulated Item Management Provisions (a) General Requirements The Contractor’s OSHA Competent Person shall be in control on the job site at all times during hazardous material management work activities. This person must be capable of identifying existing hazards, comply with applicable Federal, State and Local regulations that mandate work practices, and be capable of performing the work of this contract. All employees trained and qualified to perform such duties. All labor, materials, tools, equipment, services, testing, insurance, and incidentals which are necessary or required to perform the work in accordance with applicable governmental regulations, industry standards and codes, and these specifications, shall be provided by the Contractor. Ladders and/or scaffolds shall be in compliance with OSHA requirements, and of adequate length, strength and sufficient quantity to support the scope of work. Use of ladders, scaffolds shall be in conformance with OSHA 29 CFR 1926 Subpart L and X requirements. Work performed at heights exceeding six feet (6’) shall be performed in accordance with the OSHA Fall Protection Standard 29 CFR 1926 Subpart M including the use of fall arrest systems as applicable. Inventory data from investigative surveys throughout the buildings are available from the Town and are presented for informational purposes only. Under no circumstances shall this information be the sole means used by the Contractor for determining the quantities or extent of the regulated items to be managed. The Contractor shall be responsible for verification of all field conditions affecting performance of the work. The Contractor shall submit to the Town for concurrence any additional items not listed herein that it believes to be regulated items included under this item. However, compliance with applicable requirements is solely the responsibility of the Contractor. The Town will provide a Project Monitor to monitor the activities of the Contractor and inspect the work required. Environmental sampling shall be conducted as deemed necessary by the Engineer. Spill areas shall be cleaned by the Contractor until accepted by the Town. The Town may sample the spill area to demonstrate Contractor compliance with and acceptable standard. (b) Personnel Protection

Page 33: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-33 Terryville, Connecticut

Prior to commencing work, the Contractor shall provide hazard communication training to all employees as necessary in accordance with OSHA 29 CFR 1926.59 and 29 CFR 1910.1200 and instruct all workers in all aspects of personnel protection, work procedures, emergency procedures and use of equipment including procedures unique to this project. Worker health and safety protocols that address potential and/or actual risk of exposure to site specific hazards are solely the responsibility of the Contractor. The Contractor shall provide respiratory protection that meets the requirements of OSHA as required in 29 CFR 1910.134 and 29 CFR 1926.1000. A formal respiratory protection program, including appropriate medical surveillance, must be implemented in accordance with OSHA standards. The Contractor shall, as necessary, conduct exposure assessment air sampling, analysis and reporting to ensure the workers are afforded appropriate respiratory protection. The Contractor shall provide and require all workers to wear appropriate personnel protective equipment, including protective clothing and respiratory protection, as required, within regulated work areas which exceed OSHA Personnel Exposure Limits (PELs) or when handling hazardous materials. (c) Regulated Item Management Work Procedures The Contractor shall not begin work until the owner’s representative is on-site. Prior to beginning work on-site, the Contractor shall prepare waste characterization profile forms for each type of waste stream to be generated and forward such forms to the owner’s representative for review, approval and signature. Upon approval, the Contractor shall forward such forms to the appropriate disposal facilities for acceptance. The Contractor shall utilize all appropriate engineering controls and safety and protective equipment while performing the work in accordance with OSHA, USEPA, USDOT, DEP and Connecticut Department of Public Health DPH regulations. The Contractor shall employ work practices so as to minimize the disturbance of the constituents in the regulated items, and prevent breakage and spills. In the even of a spill, the Contractor shall cordon off the area and notify the Town. The Contractor is responsible to have spills and the effected areas decontaminated to the acceptance of the Engineer by personnel trained in hazardous waste operator emergency response. The Contractor shall carefully and properly remove, handle, pack, label and manifest all of the regulated items in waste containers specified and suitable to contain the waste in accordance with all federal and state regulations. Prior to transportation and recycling and/or disposal, all proper USEPA, OSHA, DEP and USDOT labels and placards shall be affixed o the waste containers and hazardous materials shipping papers such as waste manifests/bills of lading shall be completed. Prior to demolition, properly remove, handle, pack, label, transport, manifest and recycle or dispose of the regulated items. At the property listed below:

268 Main Street:

Page 34: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-34 Terryville, Connecticut

Upon Discovery of any preciously unidentified regulated items during demolition activities, the Contractor shall immediately notify the owner’s representative and work shall cease in that area until the Town can determine the extent of any impact and proper handling procedures are implemented. (d) Waste Disposal Efforts shall be made to recycle the constituents of the regulated items rather than dispose of them in accordance with the waste minimization efforts required under RCRA. RCRA hazardous waste shall not be stored on the job site in excess of 90 calendar days from the accumulation start date. Connecticut Regulated Waste shall not be transported to a RCRA or TSCA permitted facility for disposal, unless otherwise allowed by the Engineer in writing. All non-RCRA hazardous waste materials, regulated waste materials and recyclable waste items shall be manifested separately from RCRA and TSCA hazardous waste, and documented properly on mom-hazardous waste manifests, waste shipment records, bills of lading or other appropriate shipping papers for transportation to the recycling and/or disposal facility. The Contractor shall prepare each lab pack list and shipping document (manifests, waste shipment records, bills of lading, etc.) with all of the required information completed (including types of waste, proper shipping name, categories, packing numbers, amounts of waste, etc.) in accordance with applicable federal and state regulations. The document will be signed by an authorized agent representing the Town as the Generator for each load that is packed to leave the site. The Contractor shall forward the appropriate original copies of shipping papers to the Engineer the same day the regulated items leave the project site. All vehicles departing the site transporting hazardous materials shall display proper USDOT placards, as appropriate for the type of waste being transported. (e) Project Closeout Data: Within thirty (30) days after completion of the on-site project work, the contractor shall submit to the owner’s representative copies of the following completed documents: 1. Hazardous Materials manifests 2. Waste Shipment Records/Bills of Lading 3. Recycling Receipts Documents 1 through 3 must include the signature of an authorized disposal facility representative acknowledging receipt of hazardous materials. Final payment will not be made until completed copies of all Manifest(s), Waste Shipment Records, Bills of Lading and /or Recycling Receipts have been provided to the owner’s representative. Once completed and

Page 35: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-35 Terryville, Connecticut

facility-signed copies have been received in their entirety, the owner’s representative will make the final payment.

Page 36: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-36 Terryville, Connecticut

SECTION 02080 – ASBESTOS ABATEMENT PART 1.0 - GENERAL 1.1 GENERAL PROVISIONS A. The structures located at 268 Main Street Plymouth, Connecticut are scheduled for demolition. Asbestos

containing material (ACM) testing has identified building materials that contain asbestos and must be removed prior to the demolition of the facilities. The work covered in this section includes the procedures that shall be employed during abatement of the ACM.

1.2 RELATED DOCUMENTS A. Drawings and General Provisions of Contract, General Conditions and Division 1 and Division 2

Specifications Sections, of the Contract Documents apply to this Section. 1.3 PROJECT DESCRIPTION A. The work to be performed under this project includes the proper removal, handling, and disposal of all

ACM identified at 268 Main Street Plymouth, Connecticut. All work shall be performed in accordance with this section. This work shall include but not be limited to the removal and disposal of asbestos containing (AC) floor tile, duct paper insulation, door frame caulk and roofing materials.

B. All work of this Contract shall be performed in accordance with all applicable federal, state and local

regulations. Detailed descriptions of materials and locations of ACM scheduled for removal at the site are shown on Asbestos Removal Drawings HM-1.1 and HM-1.2.

C. The Hazardous Material Abatement Contractor (HMAC) shall verify all quantities of asbestos-

containing materials prior to submission of bid. Any discrepancies must be submitted in writing to Eagle Environmental, Inc. prior to submission of bid.

D. The HMAC shall conduct all selective demolition necessary to access the asbestos containing materials

identified on the Contract Drawings and contained within the Scope of work. The HMAC shall consolidate the resulting demolition debris in areas where no abatement is occurring. All demolition debris shall be kept inside the structure at all times.

E. The HMAC shall also move all stored items and debris that is required to access the asbestos containing

materials identified on the Contract Drawings and contained within the Scope of work. F. The HMAC shall install and maintain temporary services required to accommodate the asbestos

abatement work of this contract including but not limited to power and water. Power sources shall be sufficient to maintain negative pressure in work areas until final visual inspections are completed.

G. Estimated quantities of ACM identified and scheduled for removal are included in the project Scope of

work.

Page 37: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-37 Terryville, Connecticut

H. SCOPE OF WORK 268 Main Street – Building No. 1

Work Area Material timated Quant Abatement MethodArea 1 – 002 and 003 9” x 9” Green Floor Tile 300 SF Approved AWP

Area 2 – 004 Duct insulation paper .25 SF Glovebag

Roof lashing cement at perimeter of roo 100 SF Exterior Nonfriable

268 Main Street – Building No. 2

Work Area Material timated Quant Abatement MethodArea 3 - 006 9” x 9” Green Floor Tile 100 SF Approved AWP Area 4 - 006 9” x 9” Green Floor Tile 200 SF Nondisturbance Roof 2 & 3 Flashing cement 100 SF Exterior Nonfriable

268 Main Street – Building No. 3

Work Area Material timated Quant Abatement Method

Roof 1 Flashing cement on plywood roof deck 1,350SF Exterior Nonfriable 1.4 QUALITY ASSURANCE A. The HMAC shall be licensed by the State of Connecticut Department of Public Health to perform

asbestos abatement. B. The Asbestos Abatement Supervisor(s) and Asbestos Abatement Workers shall be accredited in

accordance with EPA regulation 40 CFR Part 763, subpart E, Appendix C; and shall be licensed by the State of Connecticut Department of Public Health.

1.5 APPLICABLE CODES A. The HMAC shall be solely responsible for conducting this project and supervising all work in a

manner that will be in conformance with all federal, state and local regulations and guidelines pertaining to asbestos abatement. Specifically, the HMAC shall comply with the requirements of the following:

1. USEPA AHERA Regulation (40 CFR 763 Final Rule and Notice); 2. NESHAP Regulations (40 CFR 61, Subpart M); 3. OSHA Asbestos Regulations (29 CFR 1910.1001 and 1926.1101); 4. Connecticut DEP Regulations (Section 22a-209-8 (I) and Section 22a-220 of the Connecticut

General Statutes); 5. Connecticut DPH Standard for Asbestos Abatement Sections 19a-332-1 to 19a-332-16;

Page 38: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-38 Terryville, Connecticut

6. Asbestos-Containing Materials in Schools Regulations (19a-333-1 through 19a-333-13); 7. Licensure and Training Requirements Section 20-440-1 to Section 20-440-9; 8. Connecticut Basic Building Code; 9. Connecticut Fire Safety Code; 10. Local health and safety codes, ordinances or regulations pertaining to asbestos remediation

and all national codes and standards including ASTM, ANSI, and Underwriter's Laboratories.

1.6 EXEMPTIONS A. This project was designed by a licensed State of Connecticut Department of Public Health Asbestos

Abatement Designer (Raymond R. Folino – license No. 000022). Any deviation from these specifications requires the written approval and authorization from the Owner.

1.7 EXAMINATION OF CONTRACT DOCUMENTS AND SITE A. The HMAC shall carefully examine and read and review all aspects of the Contract Documents and

visit the site of work to become familiar with the existing site conditions. B. All work called for in the Contract Documents but not shown on the Contract Drawings in their

present form, or visa versa, is required, and shall be performed by the HMAC as though it were originally delineated or described.

C. Work not particularly specified in the Contract Documents, but involved in carrying out their intent

or in the complete and proper execution of work, is required pursuant to this Contract and shall be performed by the HMAC.

D. The apparent silence of the Contract Documents as to any detail, or the apparent omission from the

Contract Documents of a detailed description concerning any work to be done and materials to be furnished, shall be interpreted to mean that only the best practice of the industry is to prevail and that only the best materials and workmanship is to be used.

E. Should any conflict occur in or between the Contract Drawings, Specification and/or other elements

of the Contract Documents, the HMAC shall be deemed to have estimated on the most expensive way of performing the work unless the HMAC shall have asked for and obtained a decision in writing from the Owner's Representative before the submission of its bid as to which shall govern.

1.8 INDEMNIFICATION A. The HMAC and its subcontractors shall indemnify and hold harmless the Owner and the Owner’s

Representative, and their directors, officers, agents, employees and consultants from and against all claims, damages, losses, liabilities and expenses, out of or resulting from the performance of the work specified herein.

1.9 NOTIFICATIONS, POSTINGS AND PERMITS A. The HMAC will make the following notifications, and provide the submittals to the following

agencies ten (10) days prior to the commencement of work:

1. Chief, Environmental Health Services Department of Public Health Division of Environmental Health 450 Capitol Ave., P.O. Box 340308 Hartford, CT 06134-0308

Page 39: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-39 Terryville, Connecticut

B. The minimum information included in the notification includes:

1. Name and address of building owner/operator 2. Building location 3. Building size, age, and use 4. Amount of friable asbestos 5. Work schedule, including proposed start and completion date 6. Asbestos removal procedures to be used 7. Name and location of disposal site for generated asbestos waste, residue, and debris

C. A separate ten day notification is required for each address. 1.10 WORK SITE SAFETY PLAN A. The HMAC shall establish a set of emergency procedures and shall post them in a conspicuous place

at the work site. The minimum requirements of the safety plan should include provisions for the following:

1. Evacuation of injured workers. 2. Emergency and fire exit routes from all work areas. 3. Emergency first aid treatment. 4. Local telephone numbers for emergency services including ambulance, fire, and police. 5. A method to notify occupants of the building in the event of a fire or other emergency requiring evacuation of the building. 6. Confined space entry program. 7. 24 hour site security program. B. The HMAC is responsible for training all workers in these procedures. 1.11 ALTERNATE WORK PRACTICES (AWP) A. Any modification from the standard work practices identified in the State of Connecticut DPH

Standard for Asbestos Abatement Section 19a-332a-1 to 19a-332a-16 must be requested in writing to the State DPH.

B. An AWP has been approved for this project allowing the abatement contractor to remove nonfriable

ACM utilizing critical barriers for work area preparation. 1.12 REOCCUPANCY CLEARANCE A. There shall be no reoccupancy air sampling performed for this work. All work areas will be certified

clean by visual inspection only. 1.13 CONTROL OVER REMOVAL WORK A. All HMAC work procedures shall be monitored by the HMAC’s “competent person” and Eagle

Environmental, Inc. to ensure that areas outside the designated work locations do not become contaminated. The following controls shall be implemented each working day to help ensure this:

1. Prior to work on any given day, the HMAC’s designated "competent person" shall evaluate

job tasks with respect to safety procedures and requirements specified to prevent contamination of the building or the employees. This includes a visual survey of the work

Page 40: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-40 Terryville, Connecticut

area and the decontamination enclosure systems. B. The HMAC shall maintain control of and be responsible for access to all work areas to ensure the

following requirements: 1. Nonessential personnel are prohibited from entering the area; 2. All authorized personnel entering the work area shall sign the work area entry log; 3. All authorized personnel entering the work area shall read the "worker protection

procedures" which are posted at the entry points to the enclosure system, and shall be equipped with properly fitted respirators and protective clothing;

4. All personnel who are exiting from the decontamination enclosure system shall be properly decontaminated;

5. Asbestos waste that is taken out of the work area must be properly bagged and labeled in accordance with these specifications. The surface of the bags shall be decontaminated. Asbestos leaving the enclosure system must be transported off site or immediately placed in locked, posted temporary storage on site, and be removed within 24 hours of the project conclusion.

6. Any material, equipment, or supplies that are brought out of the decontamination enclosure system shall be cleaned and decontaminated by wet cleaning and/or HEPA vacuuming of all surfaces.

1.14 SITE SECURITY A. The HMAC shall be responsible for the security of regulated areas. Post asbestos abatement warning

signs at entrances to the work area including the waste load out and worker decontamination chamber. The HMAC shall have an outside supervisor monitoring the entrance of the worker decontamination chamber during abatement work.

B. Following completion of the final visual inspection, the entrances to the work areas shall be secured

utilizing a six (6) mil polyethylene barrier and a rigid barrier applied over the polyethylene sheeting. An asbestos abatement warning sign shall be posted on all entrances to the work areas.

1.15 CONTRACTOR'S AIR SAMPLING RESPONSIBILITY A. The HMAC shall monitor airborne asbestos concentrations in the workers' breathing zone to

establish conditions and work procedures for maintaining compliance with OSHA Regulations 29 CFR 1910.1001 and 1926.1001.

B. The HMAC’s air sampling professional shall document all air sampling results and provide all air

sampling reports within five (5) days of collection. OSHA air monitoring results shall be posted at a conspicuous location at the job site.

C. All personnel air sampling shall be conducted in accordance with methods described in OSHA

standards 29 CFR 1910.1001 and 1926.1101. 1.16 SUBMITTALS A. The HMAC will have available two (2) copies of the following submittals available prior to the

commencement of removal work:

1. HMAC’s construction schedule 2. Waste generator label to be used for each address 3. Waste shipment and disposal form to be used with generated information for each address 4. Waste hauling contractor

Page 41: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-41 Terryville, Connecticut

5. Landfill to be used 6. Training, licenses and medical records of each employee who may be on the project site 7. The qualifications of the hygiene firm that the HMAC proposes to use for this project to

analyze contractor employee OSHA monitoring samples and final visual inspections and re-occupancy air sampling

8. Copies of all notifications and permits 9. Copies of the written respirator plan compliant with the most current issue of OSHA

1910.134 10. Copies of all MSDS sheets for materials to be used on site 11. Work Site Safety Plan 12. Negative Exposure Assessment 13. Contractor's State of Connecticut Asbestos Contractor license.

B. The HMAC will have two (2) copies of the following submittals to provide following the completion of removal work at each site:

1. State Notifications and any revisions for each address 2. Contractor License 3. Contractor Daily Logs (with identification of site supervisor) 4. Work area access logs for each containment area 5. OSHA personnel monitoring results 6. Worker and Supervisor training certificates and State of Connecticut licenses 7. Medical clearance letters and respirator fit-test records 8. Completed waste shipment records

1.17 DEFINITIONS A. ABATEMENT - Procedures to control fiber release from asbestos-containing materials; includes

removal, encapsulation, and enclosure. B. AIRLOCK - A system for permitting ingress and egress while assuring air movement to a

contaminated area from an uncontaminated area. Two curtained doorways spaced a minimum of six feet apart can form an airlock.

C. AIR MONITORING - The process of measuring the fiber concentration of an area or of a person. D. AIR SAMPLING PROFESSIONAL – A licensed professional capable of developing air sampling

protocols and conducting air monitoring and analysis. This individual should be an industrial hygienist, an environmental scientist, or an engineer with experience in asbestos air monitoring and worker protection equipment and procedures. This individual should have demonstrated proficiency in conducting air sample collection in accordance with 29 CFR 1910.1001 and 1926.1101.

E. ADEQUATELY WETTED - means sufficiently mixed or coated with water, amended or an

aqueous solution; or the use of removal encapsulant to prevent dust emissions. F. AMENDED WATER - Water to which a surfactant has been added. G. ASBESTOS - The name given to a number of naturally occurring fibrous silicates. This includes

the serpentine forms and the amphiboles and includes Chrysotile, Amosite, Crocidolite, Tremolite, Anthophyllite, and Actinolite, or any of these forms that have been chemically altered.

H. ASBESTOS ABATEMENT - Means the removal, encapsulation, enclosure, renovation, or repair

of asbestos-containing materials except activities that are related to the removal or repair of

Page 42: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-42 Terryville, Connecticut

asbestos cement pipe and are performed by employees of a water company as defined in Section 25-32a of the Connecticut General Statutes.

I. ASBESTOS ABATEMENT SITE SUPERVISOR - Means any licensed individual who is

employed or engaged by an HMAC to supervise an asbestos abatement project. J. ASBESTOS ABATEMENT WORKER - Means any employee of an HMAC who engages in

asbestos abatement. K. ASBESTOS CONSULTANT - Any person who engages in any activity directly involved with

asbestos consultation services and who has been issued a certificate by the commissioner and a license by the department.

L. ASBESTOS CONTAINING MATERIAL (ACM) - A material composed of asbestos of any type

and in an amount greater than one percent be weight, either alone or mixed with other fibrous or non-fibrous material.

M. ASBESTOS CONTROL AREA - An area where asbestos abatement operations are performed

which is isolated by physical boundaries to prevent the spread of asbestos dust, fibers, or debris. N. ASBESTOS FIBERS - Those particles with a length greater than five (5) microns and a length to

diameter ratio of 3: 1 or greater. O. ASBESTOS PERMISSIBLE EXPOSURE LIMIT (PEL) - The maximum airborne concentration

of asbestos fibers to which an employee is allowed to be exposed. The current level established by OSHA is 0.1 fibers per cubic centimeter of air as an eight (8) hour time weighted average and 1.0 fibers/cc averaged over a sampling period of 30 minutes as an excursion limit. The HMAC is responsible for maintaining work areas in a manner that this standard is not exceeded.

P. ASBESTOS PROJECT MONITOR - The licensed asbestos consultant who is certified as a project

monitor and who functions as an on-site representative of the facility Owner or other persons by over-seeing the activities of the asbestos abatement contractor.

Q. AUTHORIZED VISITOR - Any person authorized by the Owner to enter the building. R. BUILDING OWNER - For this Contract only, the building Owner is the Town of Plymouth,

Connecticut. S. CLEAN ROOM - An uncontaminated area or room, which is a part of the workers’

decontamination enclosure with provisions for storage of workers' street clothes and protective equipment.

T. CLEARANCE SAMPLING - Final air sampling performed aggressively after the completion of

the abatement project in a regulated area. Five (5) air samples collected by the asbestos abatement project monitor inside the work area, and having a fiber concentration of less than 0.010 fibers/cc of air will denote acceptable clearance sampling by Phase Contrast Microscopy. Five air samples collected by the asbestos abatement project monitor having an average asbestos concentration of less than 70 asbestos structures mm/sq. will denote acceptable clearance sampling for Transmission Electron Microscopy.

U. COMMISSIONER - Means the Commissioner of the Connecticut Department of Health Services

or his/her authorized agent. V. COMPETENT PERSON - A representative of the HMAC who is capable of identifying an

Page 43: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-43 Terryville, Connecticut

asbestos hazard and who has the authority to take prompt corrective measures to eliminate the hazard during asbestos removal.

W. CONFINED SPACE - A work zone where access and egress are restricted, a potential for gaseous

vapors to accumulate exist, or a potential for low oxygen content exists. X. DECONTAMINATION ENCLOSURE SYSTEM - A series of connected areas, with curtained

doorways between any two adjacent areas, for the decontamination of workers and equipment. A decontamination enclosure system always contains at least one airlock and is adjacent and connected to the regulated area, where possible.

Y. DEPARTMENT – The State of Connecticut Department of Public Health. Z. EPA - Means the U.S. Environmental Protection Agency. AA. ENCAPSULANT - A liquid material that can be applied to asbestos-containing material that

controls the possible release of asbestos fibers from the materials by either creating a membrane over the surface (bridging encapsulant) or penetrating the material and binding its components together (penetrating encapsulant).

BB. ENCAPSULATION - A specified asbestos remediation strategy involving the application of an

encapsulant to asbestos containing materials to control the release of asbestos fibers into the air. CC. EQUIPMENT DECONTAMINATION ENCLOSURE - That portion of a decontamination

enclosure system designed for controlling the transfer of materials and equipment, typically consisting of a washroom and a holding area.

DD. EQUIPMENT ROOM - A contaminated area or a room, which is part of the workers’

decontamination enclosure with, provisions for storage of contaminated clothing and equipment. EE. FACILITY - Means any private or public building or structure including but not limited to those

used for institutional, residential (including single family homes), commercial or industrial purposes and vessels while ashore or in dry-dock.

FF. FIXED OBJECT - A unit of equipment or furniture in the work areas which cannot be removed

from the work area. GG. FRIABLE ASBESTOS MATERIAL - Any material that contains more than 1% asbestos by

weight, that can be crumbled, pulverized or reduced to powder by hand pressure. HH. GLOVE BAG - An impervious plastic bag-like enclosure affixed around asbestos containing

material, with glove-like appendages through which materials and tools may be handled. II. HAZARDOUS MATERIALS ABATEMENT CONTRACTOR (HMAC) - Means the Asbestos

Contractor, Lead Based Paint Abatement Contractor and or PCB/DEHP and Mercury Vapor Lamp Removal Contractor.

JJ. HEPA FILTER - A high efficiency particulate air (HEPA) filter in compliance with ANSI

Z9.2-1979. KK. HEPA VACUUM EQUIPMENT - Vacuum equipment with a HEPA filter system for filtering the

effluent air from the unit. LL. HOLDING AREA - An air-locked chamber in the equipment decontamination enclosure located

Page 44: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-44 Terryville, Connecticut

between the washroom and an uncontaminated area. MM. INSPECTOR (ASBESTOS ABATEMENT PROJECT MONITOR)- An individual, retained by the

Building Owner, who is a "qualified asbestos abatement project monitor" as defined by the State of Connecticut Department of Public Health, and who will be responsible for monitoring the HMAC during the asbestos abatement project.

NN. MOVABLE OBJECT - A unit of equipment or furniture in the work area, which can be removed

from the work area. OO. NEGATIVE AIR FILTRATION EQUIPMENT - A portable local exhaust system equipped with

HEPA filtration used to create negative pressure in a regulated area (negative with respect to adjacent unregulated areas) and capable of maintaining a constant, low velocity air flow into regulated areas from adjacent unregulated areas.

PP. OWNER'S REPRESENTATIVE -The Asbestos Consultant for the project. QQ. NESHAPS - National Emissions Standard for Hazardous Air Pollutants regulations enforced by

the EPA. RR. PLASTICIZE - To cover floors and walls with plastic sheeting as specified herein. SS. SEPARATION BARRIER - A rigid barrier sealed with two (2) layers of six (6) mil polyethylene

sheeting installed between an occupied area and the asbestos abatement work area. TT. SHOWER ROOM - A room between the clean room and the equipment room in the workers’

decontamination enclosure with hot/cold running water and suitably arranged for employee showering during decontamination. The shower room is located in an airlock between the contaminated area and the clean area.

UU. STRIPPING - Removing asbestos materials from any structural member, pipe surface, HVAC, or

other equipment. VV. WASHROOM - A room between the work area and the holding area in the equipment

decontamination enclosure with provisions for storage of contaminated clothing and equipment. I. WET CLEANING - The process of reducing asbestos contamination from building surfaces and

objects by using cloths, mops, or other cleaning tools, which have been dampened by amended water, and by then disposing of these cleaning items as asbestos contaminated waste.

YY. WORK AREA - Designated rooms, spaces, or areas of the project in which asbestos abatement

actions are occurring and which may become contaminated as a result of such abatement actions. The work area must be totally self-contained by sealing, plasticizing and equipping the area with a decontamination enclosure system.

ZZ. WORKER DECONTAMINATION ENCLOSURE SYSTEM - That portion of a decontamination

enclosure system designated for controlled passage of workers, other personnel, and authorized visitors, typically consisting of a clean room, a shower room, and an equipment room.

AAA. WORK STOPPAGE CLEANUP PROCEDURE - A process following the issuance of a written

stop work order, whereby the HMAC thoroughly cleans and decontaminates the work area, the decontamination enclosure system, and any other areas of the building affected by the removal project, to the satisfaction of the Asbestos Project Monitor.

Page 45: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-45 Terryville, Connecticut

BBB. WORK ZONE - The area of the decontamination enclosure system where asbestos is being removed.

1.18 PRECONSTRUCTION MEETING A. The Contractor shall be required to attend a preconstruction conference with his site supervisor and

project manager and any subcontractor that they employ for the purpose of reviewing the contract requirements.

1.19 SCHEDULE A. All asbestos abatement work at the 268 Main Street site shall be completed in three (3) business

days. B. Two (2) days shall be allotted for interior abatement and one (1) day for exterior abatement. 2.0 PART 2 - MATERIALS AND EQUIPMENT 2.1 MATERIALS A. Deliver all materials in the original packages, containers, or bundles bearing the name of the

manufacturer and the brand name and product technical description. B. Damaged or deteriorating materials shall not be used and shall be removed from the premises.

Material that becomes contaminated with asbestos shall be decontaminated or disposed of as asbestos waste.

C. Polyethylene sheet in a roll size to minimize the frequency of joints shall be delivered to job site

with factory label indicating 4 or 6 mil. D. Polyethylene disposable bags shall be true six (6) mil with preprinted labels. E. Tape or adhesive spray will be capable of sealing joints in adjacent polyethylene sheets and for

attachment of polyethylene sheets to finished or unfinished surfaces of dissimilar materials and capable of adhering under both dry and wet conditions, including use of amended water.

F. Surfactant (wetting agent) - shall consist of fifty (50) percent polyoxyethylene ether and fifty (50)

percent polyoxyethylene ester, or equivalent, and shall be mixed with water to provide a concentration of one (1) ounce surfactant to five (5) gallons of water or as directed by manufacturer.

G. Impermeable containers are to be used to receive and retain any asbestos-containing or

contaminated materials until disposal at an acceptable disposal site. (The containers shall be labeled in accordance with OSHA Standard 29 CFR 1926-1101.) Containers must be both air and watertight.

H. Labels and signs, as required by OSHA Standard 29 CFR 1926.1001 will be used. I. Encapsulant shall be bridging or penetrating type which has been found acceptable to Eagle

Environmental. Usage shall be in accordance with manufacturer’s printed technical data. J. Disposal labels shall be preprinted on self-adhesive labels with the generator name, abatement site

and contractor's name and address. Labels shall not be photocopied and applied with spray adhesive.

Page 46: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-46 Terryville, Connecticut

2.2 TOOLS AND EQUIPMENT A. Provide suitable tools for asbestos removal, encapsulation and enclosure. B. The HMAC shall have air monitoring equipment of type and quantity to monitor operations and

conduct personnel exposure surveillance per OSHA requirements. C. The HMAC shall have available sufficient inventory on site for materials necessary for the job

including protective clothing, respirators, filter cartridges, polyethylene sheeting of proper size and thickness, tape, and air filters.

D. The HMAC shall provide temporary electrical power sources such as generators. E. The HMAC shall have available shower stalls and sufficient hose length and a drain system

equipped with 5-micron filters. F. Exhaust air filtration system units shall contain HEPA filter(s) capable of sufficient air exhaust to

create negative pressure of 0.02 inches of water within the enclosure with respect to the outside area. Equipment shall be checked for proper operation by smoke tubes or a differential pressure gauge before the start of each shift and at least twice during the shift. Adequate exhaust air shall be provided for a minimum of four (4) air changes per hour within the enclosure. No air movement system or air filtering equipment shall discharge unfiltered air outside.

G. Vacuum units, of suitable size and capacities for project, shall have HEPA filter(s) capable of

trapping and retaining at least 99.97 percent of all monodispersed particles of 0.3 micrometers in diameter or larger.

H. The HMAC will have reserve exhaust air filtration system units in order to maintain negative air

filtration in the event that a unit malfunctions during use. I. The HMAC shall have available and use recording manometers to monitor pressure differential

between the work area and occupied areas of the building. A minimum negative pressure differential of 0.02 inches of water column shall be maintained.

J. The HMAC shall have available spray equipment capable of mixing a wetting agent with water

and capable of generating sufficient pressure and volume and having sufficient hose length to reach all areas with asbestos.

K. HEPA filtered local exhaust ventilation shall be utilized during the installation of enclosures and

supports where asbestos-containing materials may be disturbed. L. The HMAC shall have available temporary sanitary facilities through the duration of the project. . 3.0 PART 3 - EXECUTION 3.1 INTERIOR WORK AREA PREPARATION A. Provide GFCI devices, temporary power, and temporary lighting installed in compliance with the

applicable electrical codes. All temporary installations are to be made by a licensed electrician. Under no circumstances during the abatement procedures will lighting fixtures be permitted to be operating when the spraying of amended water may contact the fixture

B. Isolate heating, cooling, and ventilation air systems or zones to prevent contamination and fiber

Page 47: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-47 Terryville, Connecticut

dispersal to other areas of the structure. Lock and tag out circuits associated with heating and cooling units. During the work, vents within the work area shall be sealed with duct tape and polyethylene sheeting.

C. Seal off all openings, including but not limited to windows, corridors, doorways, skylights, ducts,

grills, diffuser, and any other penetration of the work areas, with polyethylene sheeting minimum of six (6) mils thick sealed with duct tape. Install 5 micron water filtration socks in all floor drains prior to sealing.

D. Where friable asbestos containing materials are present, establish worker decontamination facility,

critical barriers and negative air filtration prior to conducting pre-cleaning activities. Pre-clean fixed objects within the work areas, using HEPA vacuum equipment and/or wet cleaning methods as appropriate, and enclose with minimum six (6) mil plastic sheeting sealed with duct tape.

E. After HEPA vacuum pre-cleaning, conduct work area preparation in accordance with this

Specification section. F. Where fixed walls are not used, one layer of six (6) mil polyethylene sheeting will be applied to a

rigid framework of wood, metal, or PVC. An additional two layers of four (4) mil polyethylene sheeting shall be installed over the six (6) mil critical barriers. All overlaps shall be sealed with tape or spray adhesive. Omit wall polyethylene sheeting in accordance with the approved AWP in work areas where nonfriable flooring is the only ACM being removed.

G. Cover all floors in the work area where floor tile and or mastic will not be removed with a double

layer of six (6)-mil polyethylene sheeting. Secure the polyethylene flooring directly to the wall surfaces.

H. Maintain emergency and fire exits from the work area, or establish alternative exits satisfactory to

fire officials. I. Create pressure differential between work areas and occupied areas by the use of acceptable

negative air pressure equipment. The HMAC shall ensure required negative air pressure is obtained throughout the containment and the total volume of air within the work area is changed every fifteen (15) minutes.

J. Post all approaches to each work area with Asbestos Warning signs. Warning signs shall be of

size and type that are easily readable and are visible from all approaches to the work areas. 3.2 CONTIGUOUS PERSONNEL DECONTAMINATION SYSTEM A. If weather conditions permit, The HMAC shall establish contiguous to each work area, where

feasible, a personnel decontamination system consisting of equipment room, shower room and clean room in series. Access between the contaminated and uncontaminated areas shall be through this decontamination enclosure only. The decontamination system shall be constructed of two layers of six-mil polyethylene sheeting.

B. Access between rooms in decontamination system shall be through double flap-curtained

openings. Clean room, shower and equipment room within decontamination system shall be completely sealed ensuring that the sole source of air flow through this area originates from uncontaminated areas outside the work area.

C. The shower unit shall be equipped with an adequate supply of warm water. A shower filtration

pump containing two 5 micron sock filters or the best available technology shall be installed to

Page 48: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-48 Terryville, Connecticut

filter shower water. Filtered shower water shall be discharged into sanitation drains and shall not be discharged into storm drains or onto floor or ground surfaces.

D. The shower shall contain soap and an adequate supply of drying towels. Provide an adequate

number of shower units in accordance with OSHA 29 CFR 1926.1101. 3.3 REMOTE PERSONNEL DECONTAMINATION SYSTEM A. The HMAC shall establish a remote personnel decontamination system in a heated room where

contiguous decontamination systems are not feasible, consisting of equipment room, shower room and clean room in series. Access between the contaminated and uncontaminated areas shall be through a single chamber airlock. The decontamination system shall be constructed of two layers of six-mil polyethylene sheeting. Pre-fabricated "pop-up" decontamination chambers will not be permitted on this project without prior approval from Eagle Environmental, Inc.

B. Access between rooms in decontamination system shall be through double flap-curtained

openings. Clean room, shower and equipment room within decontamination system shall be completely sealed between chambers.

C. The shower unit shall be equipped with an adequate supply of warm water. A shower filtration

pump containing two 5 micron sock filters or the best available technology shall be installed to filter shower water. Filtered shower water shall be discharged into sanitation drains and shall not be discharged into storm drains or onto floor or ground surfaces.

D. The shower shall contain soap and an adequate supply of drying towels. Provide an adequate

number of shower units in accordance with OSHA 29 CFR 1926.1101. 3.4 WASTE LOAD OUT SYSTEMS A. The HMAC shall establish waste load out systems, where feasible, attached to the work areas.

Waste load out systems shall consist of a minimum of two (2) chambers that are of suitable size for transporting waste out of the work area. Waste load out systems shall be constructed of two layers of six-mil polyethylene sheeting.

B. Access between rooms in the waste load out system shall be through double flap-curtained

openings. The waste load out system shall be used for decontaminating waste containers, bags, bundles, etc. prior to removal from the work area and transporting waste from the work area to the non-work area.

C. Persons working inside the contaminated work area are not permitted to pass from the work area to

the non-work area through the waste load out system. Persons inside the contaminated work area shall not be permitted to enter into the clean area of the waste load out system.

D. The waste load out system shall remain sealed at all times except during decontamination of waste

containers and transport of waste from the work area to the non-work area. 3.5 EXTERIOR NONFRIABLE WORK ASBESTOS CONTAINING MATERIALS AREA PREPARATION A. Where exterior non-friable ACM is to be removed outdoors, post asbestos abatement warning signs

and erect temporary barricades to create regulated areas. Regulated areas should be kept clear of any persons not fully trained and protected against exposure.

B. Install single six (6) mil drop cloths extending a minimum of ten (10) feet from the base of the

Page 49: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-49 Terryville, Connecticut

building. Extend polyethylene sheeting outward from the base of the structure in order to collect debris when working from higher elevations. Install single six (6) mil critical barriers over any vent or penetration into the building interior within or directly adjacent to the regulated area.

C. Maintain an operable remote worker decontamination during exterior abatement work unless a

Negative Exposure Assessment is submitted for the exterior abatement work. 3.6 ASBESTOS REMOVAL PROCEDURE - GENERAL A. The HMAC shall have a designated "competent person" on the job at all times to ensure

establishment of a proper enclosure system and proper work practices throughout the project. At a minimum, the HMAC competent person shall perform or supervise the following duties, as applicable:

1. Ensure the integrity of the containment or enclosure. 2. Set up procedures to control entry to and exit from the enclosure. 3. Supervise employee exposure monitoring. 4. Ensure that employees set up, use and remove engineering controls, use work practices and personal protective equipment in compliance with OSHA regulations. 5. Ensure that employees use the worker decontamination facilities and observe decontamination procedures. B. Abatement work will not commence until all work area preparation is completed in accordance

with this technical specification section. C. Spray asbestos materials with amended water using airless spray equipment or apply approved

removal wetting agent to reduce the release of fibers during removal operation. The Owner’s Representative will pre-approve use of amended water as the wetting agent.

D. Fill disposal containers as removal proceeds, seal filled containers before moving to waste load out

system. Wet clean each container thoroughly, double bag, drum or use other approved containerization methods and apply a caution label before moving to holding area. Floor tile waste shall be containerized in rigid lined drums.

E. Remove and containerize all visible accumulations of asbestos-containing and/or

asbestos-contaminated debris. F. Solidify all liquid waste prior to containerization for disposal. G. Sealed disposal containers and all equipment used in the work area shall be included in the cleanup

and shall be removed from work areas, via the waste load out system at an appropriate time in the cleaning sequence. Floor tiles shall be placed in lined fiber drums or steel drums.

H. At any time during asbestos removal, should the competent person suspect contamination of areas

outside the work area(s), they shall cause to stop all abatement work until steps to decontaminate these areas and eliminate causes of such contamination are completed. Unprotected individuals shall be prohibited from entering suspected contaminated areas until air sampling and visual inspections certify decontamination.

I. Upon acceptance of the work area by the Owner’s Representative, the HMAC shall apply an even

coating of bridging encapsulant to all exposed surfaces contained within the work area. Apply encapsulant in accordance with manufacturer’s recommendation.

Page 50: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-50 Terryville, Connecticut

3.7 SPECIFIC ASBESTOS REMOVAL REQUIREMENTS - FLOOR TILE AND SHEET FLOORING

A. Minimum specific requirements relative to the removal of AC floor tile and sheet flooring are as

follows.

1. Prior to the removal of any floor tile or sheet flooring, the HMAC shall ensure that work area preparation has been conducted in accordance with this specification.

2. In areas where carpet exist, the contractor may remove the carpet first and dispose of it as construction waste if asbestos containing tile or sheet flooring does not adhere to the carpet.

3. The Contractor shall mist the floor with amended water, removal encapsulant, or detergent solution, so that entire surface is wet. Do not allow wetting agent to puddle, or run off to other areas. If removal encapsulant is used, use in strict accordance with the manufacturer’s instructions.

4. The Contractor shall mist the floor continuously throughout the removal operation. 5. Remove tile or sheet flooring using manual or mechanical methods. Continuously mist

floor in area where flooring is being removed. Wet any debris generated as necessary to keep continuously wet.

6. Continuously pick up tile or sheet flooring, place in lined drums or in nylon mesh bags. Place nylon mesh bags into 6 mil thick disposal bags with pre-printed OSHA warning labels. Ensure that all waste is placed in six (6) mil disposal bags during waste load out operations.

7. Remove all tile, sheet flooring and underlayment down to the original subfloor. Dispose of all flooring as asbestos waste.

8. Where floor tile mastic is asbestos containing and present on wood floors, saw cut and remove underlayment and dispose of as ACM.

9. In work areas where flooring is removed. Remove all resilient flooring down to the subfloor.

3.8 SPECIFIC ASBESTOS REMOVAL REQUIREMENTS – DOOR FRAME CAULK A. Minimum specific requirements relative to the removal of AC caulking compounds are as follows.

1 Prior to the removal of any caulking compounds, the HMAC shall ensure that ensure that work area

preparation has been conducted in accordance with this project specification for exterior abatement. 2 The HMAC may remove the caulk from the interior door frames as identified on the drawings. 3 Wet scrub residual caulking from cinder block openings.

3.8 ASBESTOS REMOVAL REQUIREMENTS – NON-FRIABLE ROOFING MATERIALS A. Minimum specific requirements relative to the removal of non-friable roofing materials utilizing

manual methods are as follows.

1. Prior to the removal of any exterior non friable roofing materials ACM the HMAC shall ensure that work area preparation has been conducted in accordance with this section.

2. Wet methods shall be used to remove ACM that are not intact, or that will be rendered not intact during removal, unless such wet methods are not feasible or will create safety hazards.

3. No asbestos-containing material shall be dropped or thrown to the ground. Materials may be passed to the ground by hand, or transferred to the ground via covered, dust-tight chute, crane or hoist.

4. Any ACM that is not intact shall be lowered to the ground as soon as is practicable, but in

Page 51: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-51 Terryville, Connecticut

any event no later than the end of the work shift. Any ACM not placed directly into the waste disposal dumpster shall either be kept wet, placed in an impermeable waste bag, or wrapped in plastic sheeting.

5. Upon being lowered, unwrapped material shall be transferred to a disposal container in a manner that does not cause the dispersion of dust.

6. Roofing materials may be removed from the structure during the demolition of the building as a demolish and segregate operations.

3.9 INTERIOR WORK AREAS FINAL CLEANING AND ENCAPSULATION A. Upon completion of gross removal of all ACM specified for removal, the HMAC shall begin final

cleaning of the effected work area. The HMAC shall HEPA vacuum and wet wipe all surfaces contained within the work area.

B. All tools or equipment that are not necessary for final cleaning shall be decontaminated or bagged

and removed from the work area enclosure. C. The HMAC shall begin final cleaning procedures at the furthest and highest most points from the

personnel decontamination facility. The HMAC shall ensure that all exposed building components and or surfaces are thoroughly HEPA vacuumed and wet wiped.

D. The HMAC shall HEPA vacuum and wet wipe any component specified to remain inside the work

area enclosure. E. The HMAC shall thoroughly wet wipe all polyethylene sheeting inside the work area enclosure. F. Once all surfaces and components within the work area have been thoroughly cleaned, the

HMAC’s Competent Person shall perform a visual inspection of all surfaces and components within the work area enclosure. The HMAC’s Competent Person shall sign off on the work area stating that all abatement has been completed for this portion of work and that the work area has met final visual inspection requirements as outlined in ASTM E1368.

G. The HMAC’s Competent Person shall then request a final visual inspection to be performed by the

Owner’s Representative. The Owner’s Representative shall visually inspect all surfaces and components in the work area for residual debris and or dust. Additional cleaning shall be performed at the HMAC’s expense if the Owner’s Representative identifies visual debris and or dust during the visual inspection. Additional cleaning shall be performed until the work area meets the Final Visual Inspection requirements outlined in ASTM E1368.

H. Upon acceptance of the work area by the Owner’s Representative, the HMAC shall apply an even

layer of bridging encapsulant to all surfaces contained within the work area. The Owner’s Representative shall verify the completeness of work area encapsulation.

3.10 EXTERIOR WORK AREAS FINAL CLEANING A. Upon completion of gross removal of all ACM specified for removal, the HMAC shall begin final

cleaning of the effected work area. The HMAC shall wet debris that has accumulated on the drop cloths. And shall roll up the drop cloths ensuring that all debris is contained within the polyethylene sheeting.

B. HEPA vacuum and wet wipe surrounding surfaces contained within the work area.

Page 52: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-52 Terryville, Connecticut

C. The HMAC shall begin final cleaning procedures at the furthest and highest most points from the personnel decontamination facility. The HMAC shall ensure that all exposed building components and or surfaces contained within the work area are thoroughly HEPA vacuumed and wet wiped.

3.11 WASTE PACKAGING AND REMOVAL PROCEDURE A. The HMAC shall strictly adhere to the requirements of this section for ACM waste packaging and

transporting waste from the work area enclosure to the disposal dumpster. B. The HMAC shall utilize lined drums or nylon mesh bags for waste packaging of floor tiles. C. Waste disposal bags and drums shall be affixed with pre-printed OSHA warning labels, DOT

labels and NESHAP labels. D. Each container of ACM waste shall be made adequately wet prior to sealing the container. Bags

shall be sealed immediately following additional wetting procedures. Bags of ACM waste shall not be permitted to remain unsealed while in the work area enclosure.

E. Each bag of ACM waste shall be doubled during waste load out procedures. The following waste

load out procedure shall be strictly adhered to:

1. Wet wipe inner bag or drum to remove all ACM contamination. Ensure the inner bag is sealed.

2. Transport bag or drum to the equipment room located in the worker decontamination enclosure.

3. One worker, equipped with personal protective equipment, shall be inside the clean room of the worker decontamination enclosure.

4. The worker in the clean room of the decontamination enclosure shall open a six-mil disposal bag and hold it open inside the shower room where the inner bag containing the ACM waste shall be placed.

5. The outer bag shall be sealed with duct tape inside the shower room. 6. The double bagged or drummed waste shall be removed from the decontamination

enclosure and waste generator labels shall be immediately affixed to the outer bag or drum. 7. Waste generator labels shall be printed self-adhering labels and shall contain the Owner’s

name, the site location address, and the HMAC’s name. 8. The properly labeled waste shall be transported directly to the lined waste container. 9. The waste container shall be double lined with 6-mil polyethylene sheeting. 10. OSHA warning signs shall be secured to the waste container prior to any loading

operations. 11. The waste container shall be kept locked at all times other than loading and unloading.

3.12 DISPOSAL OF ASBESTOS AND ASBESTOS CONTAMINATED WASTE A. All disposal of asbestos containing and or asbestos contaminated material must be in compliance

with requirements of the Office of the Department of Environmental Protection, State of Connecticut Department of Public Health and the USEPA NESHAP regulations.

A. Disposal approvals shall be obtained from the State Department of Environmental protection

before commencing asbestos removal if asbestos will be disposed of in the state of Connecticut. B. Waste container storage locations shall be pre-approved by the Owner and Owner’s

Representative.

Page 53: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-53 Terryville, Connecticut

C. A copy of approved disposal authorization shall be provided to the Owner and Owner’s Representative and any required federal, state or local agencies.

D. Copies of all landfill receipts will be retained by the Owner’s Representative as part of the project

file. The receipts will be signed by the landfill operator on receipt, and the quantity of asbestos debris leaving the job site and arriving at the landfill acknowledged.

E. All asbestos debris shall be transported in covered, sealed vans, boxes or dumpsters, which are

physically isolated from the driver by an airtight barrier. All vehicles must be properly licensed to meet United States Department of Transportation (US DOT) requirements.

F. Friable ACM waste shall be placed in double lined enclosed waste containers equipped with a

lockable hasp. Waste containers shall be posted with OSHA warning signs during loading and unloading.

G. All liquid waste generated during the work shall be solidified. At no time will liquid wastes be

permitted to be stored on site. Liquid waste generated during this project shall be solidified prior to the end of each work shift.

H. Completed waste shipment records signed by the landfill must be returned to the Owner or

Owner’s Representative no later than 45 days from the time the waste was transported off-site. Completed waste shipment records that are not received by the Owner within 35 days shall require the HMAC to begin tracking the waste. The HMAC must notify the Owner of intentions on tracking the waste.

I. All asbestos containing sheetrock joint compound must be handles as asbestos containing materials

by licensed workers until the materials are transported into the waste disposal container. J. The HMAC must take appropriate actions as outlined in 40 CFR Part 61 NESHAP regulations

when completed waste manifests are not forwarded to the Owner or Owner’s Representative within 45 days from the time the waste was transported off-site.

3.13 EAGLE ENVIRONMENTAL, INC. RESONSIBILITY A. The owner has retained Eagle Environmental, Inc. to monitor this project including collecting air

sampling to ascertain the integrity of controls, which protect the building from asbestos contamination. Independently, the HMAC shall monitor air quality within the work area to ascertain the protection of employees and to comply with OSHA regulations. The Eagle Environmental, Inc. Asbestos Abatement Project Monitor shall collect and analyze air samples during three time periods:

1. Pre-Abatement Sampling Period: The Eagle Environmental, Inc Project Monitor will

collect a sufficient number of air samples, inside and outside the proposed work area locations, to establish background air quality conditions. At least one sample will be taken outside of the building.

2. Abatement Period: The Eagle Environmental, Inc Project Monitor will collect samples on a

daily basis during the work period. A sufficient number of area samples shall be taken outside of the work area, at the exhaust of the negative pressure system, and outside of the building to judge the degree of cleanliness or contamination of the building during removal. Additional samples may be taken inside the work area and decontamination enclosure system, at the discretion of the air sampling professional.

Page 54: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-54 Terryville, Connecticut

a. The Eagle Environmental, Inc Project Monitor will provide a continual evaluation of the air quality of the building during removal, using his/her best professional judgments in respect to the State Department of Public Health guideline of .010 fibers/cc and the background air quality established during the pre-abatement period. If the air sampling professional determines that the building air quality has become contaminated from the project, he/she shall immediately inform the Subcontractor to cease all removal operations and implement a work stoppage clean up procedure. The Abatement Subcontractor shall conduct a thorough cleanup of areas of the building designated by the Consultant. No further removal work can take place until the air sampling professional has assessed that the building air has been decontaminated. b. Pre-Abatement and abatement air samples shall be collected for a minimum period of ninety minutes at a minimum flow rate of 12 liters per minute, or as required to obtain a volume of 1,000 liters. Samples shall be analyzed by phase contrast microscopy (PCM) using the NIOSH 7400 protocol.

3. Post-Abatement Period: The Eagle Environmental, Inc Project Monitor shall conduct air sampling

following the final cleanup phase of the project, once the “no visible residue” criterion as established by the air sampling professional has been met. Five (5) samples shall be collected inside containment utilizing aggressive methods to comply with State of Connecticut DPH Standard for Asbestos Abatement sections 19a-332a-12, 19a-332a-13 and 19a-333-7(h). Transmission Electron Microscopy (TEM) shall conduct analysis of the samples to determine airborne concentrations of asbestos with a limit of 70 asbestos structures per Millimeter Square and by Phase Contrast Microscopy (PCM) with a limit of 0.010 fibers per cubic centimeter of air in accordance with the above CT DPH regulations.

B. Inspections will be conducted by the Eagle Environmental, Inc Project Monitor throughout the

progress of the abatement project. Inspections shall be conducted in order to document the progress of the abatement work as well as the procedures and practices employed by the Abatement Subcontractor. The Eagle Environmental, Inc Project Monitor will perform the following inspections during the course of abatement activities.

1. Precommencement Inspection: Precommencement inspections shall be performed at the

time requested by the Abatement Subcontractor. The Abatement Consultant shall be informed 48 hours prior to the time the inspection is needed. During the course of the precommencement inspection, the Eagle Environmental, Inc Project Monitor shall inspect the containment. This shall include, but not be limited to, inspection of barrier integrity, the worker decontamination.

2. Work Area Inspections: Work area inspections shall be conducted on a daily basis at the

discretion of the Abatement Consultant. During the course of the work area inspections, the Eagle Environmental, Inc Project Monitor shall observe the Abatement Subcontractor removal procedures, verify barrier integrity, monitor negative air filtration devices, assess project progress, and inform the Abatement Subcontractor of specific remedial activities if deficiencies are noted.

3. Presealant Inspection: The Eagle Environmental, Inc Project Monitor, upon the request of

the Abatement Subcontractor, shall conduct a presealant inspection. The Project Monitor shall be informed 48 hours prior to the time that the inspection is needed. The presealant inspection shall be conducted after completion of the initial final cleaning procedures, but prior to encapsulation. The presealant inspection shall verify that all ACM and residual debris have been removed from the work area. If, during the course of the presealant inspection, the Project Monitor identifies residual dust or debris, the Abatement

Page 55: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-55 Terryville, Connecticut

Subcontractor shall comply with the request of the Project Monitor, in order to render the area “dust free”.

4. Final Visual Inspection: The Eagle Environmental, Inc Project Monitor, upon the request of

the Abatement Subcontractor, shall conduct a final visual inspection. Following the removal of the inner layer of polyethylene sheeting and prior to final air clearance, the Project Monitor shall conduct a final visual inspection inside the work area. If residual dust or debris is identified during the course of the final inspection, the Abatement Subcontractor shall comply with the request of the Project Monitor, in order to render the area “dust free”.

END OF SECTION 02080

\\Eagle-server\public\2008 Files\2008 Specs\Plymouth, Town of\268 Main Street\08-031.10A.02080.doc

Page 56: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

P

268 Main Street Page 02082-56 Terryville, Connecticut

P

eeqquuaabbuucckk RRiivveerr llooookkiinngg SSoouutthh

Page 57: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-57 Terryville, Connecticut

SECTION 02082 - UNIVERSAL WASTE REMOVAL AND RECLAMATION PART 1.0 - GENERAL 1.1 GENERAL PROVISIONS A. The structures located at 268 Main Street Plymouth, Connecticut are scheduled for

demolition. The reclamation of universal waste products as defined by the State of Connecticut Department of Environmental Protection (CTDEP) will be performed in conjunction with the demolition of the existing building.

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of Contract, General Conditions and Division 1 and Division 2 Specifications Sections, of the Contract Documents apply to this Section.

1.3 DESCRIPTION OF WORK A. The HMAC shall furnish all labor, materials, facilities, equipment, services, employee

training and testing, permits and agreements, and waste transport, incineration, and reclamation necessary to perform the work required for universal waste removal and reclamation in accordance with these specifications; EPA, OSHA, NIOSH, State of Connecticut regulations, and other applicable federal, state and local government regulations. Whenever there is a conflict or overlap of the above references, the most stringent provisions are applicable.

1.3 SCOPE OF WORK A. Collection and reclamation of inert gases in lamp products. B. Collection, reclamation and incineration of lighting ballast. C. Collection, reclamation and proper disposal of household hazardous waste. 1.4 APPLICABLE CODES A. State Regulations

1. Section 22a-449(c)-113 of the Regulations of Connecticut State Agencies (RCSA) B. Federal Regulations 1. Code of Federal Regulations 273 1.4 DEFINITIONS: Where applicable or stated, terms shall have the following definitions:

A. Universal Waste shall mean batteries, Mercury-containing thermostats, certain pesticides, lamps (including but not limited to fluorescent, neon and mercury vapor lamps), and used electronics.

B. Large Quantity Generator means a handler can accumulate 5000 kilograms or more of universal waste at any time.

C. Small Quantity Generator means a handler can accumulate not more than 5000 kilograms or more of universal waste at any time.

Page 58: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-58 Terryville, Connecticut

D. Handler means the Generator of the universal waste product. 1.5 GENERAL REQUIREMENTS A. The Hazardous Materials Abatement (HMAC) is subject to approval by the Owner’s

representative and all regulatory agencies with jurisdiction over this work, and may be rejected based on criteria established.

B. The Owner’s representative requires that documentation be provided for all aspects of work

detailing the bidder’s qualifications and prior experience on the following criteria:

C. Workers handling universal waste must be informed by their employer of the proper handling and emergency procedures appropriate to the type(s) of universal waste handled at the facility.

PART 2.0 - PRODUCTS 2.1 TRANSPORTATION AND STORAGE CONTAINERS AND LABELLING A. All containers for universal waste must be closed, structurally sound, compatible with the

contents of the universal waste, and must be capable of preventing leakage, spillage or damage that could cause leakage.

B. All universal waste products must be stored in a container and the container shall be

properly labeled. Appropriate labeling is as follows.

1. Universal waste lamps (each lamp) or a container or package in which such lamps are contained must be labeled or marked clearly with any of the following: "Universal Waste - Lamp(s)" or "Waste Lamp(s), or "Used Lamp(s)".

2. Universal waste used electronics (each piece of equipment) or a container; package or pallet in which the used electronics are contained must be labeled or marked clearly with any of the following: "Universal Waste - used electronics" or "Waste Used Electronics, or "Used Electronics".

PART 3.0 - EXECUTION 3.1 BALLAST, AND MERCURY VAPOR LAMP AND FIXTURE REMOVAL A. Light fixtures shall be disassembled and inspected by the HMAC. All resulting lamps shall

be immediately packaged for reclamation. B. If ballasts are found to be leaking, contaminated light fixtures and lenses shall be disposed

of as PCB contaminated materials.

C. Workers shall don chemically resistant gloves as exterior surfaces may contain trace quantities of PCB’s or Mercury.

D. If a leaking ballast or visibly contaminated light fixture component is detected during

removal, workers shall immediately don chemically resistant protective suits, (i.e. Tyvek), to reduce skin contact with PCB’s and Mercury.

Page 59: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-59 Terryville, Connecticut

E. Carefully remove fluorescent lighting and place directly into boxes or barrels specifically

designed for the transport of fluorescent lighting. Package lighting and ballast in accordance with the recycling facilities requirements. Broken glass and residual dust shall be HEPA vacuum and disposed of as Mercury contaminated materials.

F. HMAC shall have on hand spill containment and absorbent materials in the event a spillage

of PCB-containing fluids occurs. Provide appropriate polyethylene sheeting to protect concrete floor and other surfaces from any spillage.

G. All protective equipment (gloves, suits) and materials contaminated during any cleanup

shall be disposed of as PCB contaminated waste along with the ballasts and fixtures. H. All Ballasts and fixture components shall be placed in DOT-approved barrels for

subsequent transport immediately upon removal. Barrels will be labeled with the following yellow PCB caution label:

CAUTION

CONTAINS

PCB’s (Polychlorinated Biphenyls)

A toxic environmental contaminant

requiring special handling and disposal in accordance with U.S.

Environmental Protection Agency Regulations 40 CFR 761 - For

Disposal Information contact the nearest U.S. EPA Office.

--------------------------------

In case of accident or spill, call State of Connecticut DEP Spills

(800) 457-7362

I. Separate ballasts and fixture components into separate drums. Leaking ballasts shall be separate from all other items.

J. Use new 17C 55-gallon open head steel drums that have been approved for transporting

hazardous materials. Used or reconditioned drums may be used only if they have been properly cleaned, tested, and labeled.

K. Drums shall be prepared by placing one to three inches of absorbent material in the bottom

of the drum. L. Drums shall be packed so as to not exceed a total weight of 900 pounds. If proper handling

equipment is not available, half fill the drums so that manual handling is possible.

Page 60: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-60 Terryville, Connecticut

3.2 MANIFESTING AND TRANSPORTING PCB MATERIALS A. All drums and bulk items shall contain a material profile which includes the name, address,

and telephone number of the waste generator; the date on which the materials were removed; a description of the materials, i.e., discarded light ballasts; and the new DOT Shipping Description, (RQ, Polychlorinated Biphenyl, 9, UN2316, PGII).

B. Provide a Connecticut Department Of Environmental Protection (DEP) Hazardous Waste

Manifest and/or federal Uniform Hazardous Waste Manifest, as appropriate with each shipment.

C. Drums and bulk items shall be transported by a Connecticut licensed hazardous waste

hauler, unless leaking ballasts are involved, in which case a registered PCB hauler shall be utilized.

D. Drums and bulk items shall be transported from the work site immediately upon

completion of removal and packing. No materials are to be stored at the site. 3.3 PCB MATERIAL INCINERATION A. Ballasts and contaminated light fixture components shall be transported to an approved

Recycling/Incineration facility in accordance with any waste hauler special requirements. Connecticut DEP regulations prohibit disposal at landfills.

B. Provide waste shipment records and waste manifests confirming the proper handling of

PCB containing light ballast, PCB contaminated light fixture components and Mercury vapor lighting.

3.4 INERT GAS RECLAMATION A. All lighting shall be packaged and transported in accordance with the reclamation facilities

requirements. 3.5 LEAD ACID BATTERIES A. Properly package lead acid batteries in leak tight containers. Safely transport to an

approved recycling facility. Provide certificate of recycling at the completion of the project. 3.6 CFC RECLAMATION A. Reclaim all refrigerants as indicated from refrigerators and air conditioners. Individuals

shall be trained in accordance with the requirements of the USEPA. Trained individuals shall have appropriate reclamation equipment.

3.7 RECLAMATION FACILITIES A. Provide proof of appropriate EPA licensure to operate reclamation facilities shall be

provided for all materials scheduled for reclamation.

Page 61: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-61 Terryville, Connecticut

SCOPE OF WORK

FLUORESCENT LAMPS THERMOSTATS CFCS BALLAST CAPACITORS LEAD

BAT ROOM FIXTURE TYPE LF ROUND U-

SHAPE QUANTITY OTHER

Building No. 1 004 64

Building No. 2

007 1 Gal@ Refrigerator 1 In Ceiling fan

Building No. 3 008 and 009 2 3

Page 62: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-62 Terryville, Connecticut

Page 63: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-63 Terryville, Connecticut

Page 64: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-64 Terryville, Connecticut

Page 65: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-65 Terryville, Connecticut

Page 66: Department of Public Works - Connecticut bid 268...The bid shall be lump sum. 18. Ownership transfer upon signing of bid Upon award of the contract title and control of the structure

268 Main Street Page 02082-66 Terryville, Connecticut


Recommended