request for bid rfb 2021-01 - lake worth, texas...city of lake worth request for bid task due date...

50
Request for Bid RFB 2021-01 The City of Lake Worth is soliciting bids for ASBESTOS ABATEMENT. By Mail via US Postal Service Original and Two (2) Copies Of Completed Bid Must Be Received in the Purchasing Office At 3805 Adam Grubb Lake Worth, Texas 76135 On or Before 12/10/2020 At 10:00 a.m. By Courier, Federal Express, UPS Original and Two (2) Copies Of Completed Bid Must Be Received in the Purchasing Office At 3805 Adam Grubb Lake Worth, Texas 76135 On or Before 12/10/2020 At 10:00 a.m. All responses, including a “NO RESPONSE”, are due in the Purchasing Department by the due date in sealed envelopes or boxes. All responses must be clearly marked with the RFB Number, the name of the company submitting the bid package, and the date and time of opening on the outside of the envelopes/box and/or Air Bill/Delivery Receipt. Original response must be clearly marked “ORIGINAL” and contain all original signatures. Any response received after the date and hour set for the RFB opening will not be accepted. Respondent will be notified and will advise Lake Worth Purchasing as to disposition by either pick up, return at respondent’s expense, or destroyed with written authorization of the Respondent. If responses are sent by mail to the Purchasing Department, the respondent shall be responsible for actual delivery of the bid package to the Purchasing Department before the advertised date and hour for opening of the RFBs. If mail is delayed either in the postal service or in the internal mail system of Lake Worth beyond the date and hour set for the RFB due date, responses thus delayed will not be considered and will be disposed of as authorized. Responses may be withdrawn at any time prior to the official opening. Alterations made before opening time must be initialed by Respondent guaranteeing authenticity. After the official opening, responses become the property of Lake Worth and may not be amended, altered or withdrawn without recommendation of the Purchasing Agent and approval of the City Manager. Lake Worth is exempt from Federal Excise and State Sales Tax; therefore, tax must not be included in this proposal. No oral explanation from either City officials or employees regarding the meaning of the request for bid will be made and no oral instructions will be given before the award of the contract. Requests from interested respondents for additional information or interpretation of the information included in the qualifications package should be directed in writing to: RFB 2021-01 Page 1 of 50

Upload: others

Post on 17-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • Request for Bid RFB 2021-01

    The City of Lake Worth is soliciting bids for ASBESTOS ABATEMENT.

    By Mail via US Postal Service Original and Two (2) Copies Of Completed Bid Must Be Received in the Purchasing Office At 3805 Adam Grubb Lake Worth, Texas 76135 On or Before 12/10/2020 At 10:00 a.m.

    By Courier, Federal Express, UPS Original and Two (2) Copies Of Completed Bid Must Be Received in the Purchasing Office At 3805 Adam Grubb Lake Worth, Texas 76135 On or Before 12/10/2020 At 10:00 a.m.

    All responses, including a “NO RESPONSE”, are due in the Purchasing Department by the due date in sealed envelopes or boxes. All responses must be clearly marked with the RFB Number, the name of the company submitting the bid package, and the date and time of opening on the outside of the envelopes/box and/or Air Bill/Delivery Receipt. Original response must be clearly marked “ORIGINAL” and contain all original signatures.

    Any response received after the date and hour set for the RFB opening will not be accepted. Respondent will be notified and will advise Lake Worth Purchasing as to disposition by either pick up, return at respondent’s expense, or destroyed with written authorization of the Respondent. If responses are sent by mail to the Purchasing Department, the respondent shall be responsible for actual delivery of the bid package to the Purchasing Department before the advertised date and hour for opening of the RFBs. If mail is delayed either in the postal service or in the internal mail system of Lake Worth beyond the date and hour set for the RFB due date, responses thus delayed will not be considered and will be disposed of as authorized.

    Responses may be withdrawn at any time prior to the official opening. Alterations made before opening time must be initialed by Respondent guaranteeing authenticity. After the official opening, responses become the property of Lake Worth and may not be amended, altered or withdrawn without recommendation of the Purchasing Agent and approval of the City Manager.

    Lake Worth is exempt from Federal Excise and State Sales Tax; therefore, tax must not be included in this proposal.

    No oral explanation from either City officials or employees regarding the meaning of the request for bid will be made and no oral instructions will be given before the award of the contract. Requests from interested respondents for additional information or interpretation of the information included in the qualifications package should be directed in writing to:

    RFB 2021-01 Page 1 of 50

  • Kelly McDonald, CTCD, TRMC Fax: (817) 237-9684 Email: [email protected]

    All documents relating to the RFB including but not limited to , the RFB document, questions and their responses, addenda and special notices will be posted under the RFB number on the Lake Worth web site and www.PublicPurchase.com , and available for download by Respondents and other interested parties. It is the respondents’ sole responsibility to review this site and retrieve all related documents prior to the RFB due date.

    The deadline for receipt of all questions is 12:00 (Noon), Central Standard time, 11/13/2020. All questions and their responses will be posted on the websites and available for download by respondents after the deadline for questions.

    All Bid Response Forms must be fully completed and included in your response. Detailed specifications have been provided and any deviations or exceptions must be referenced on the form provided. Unless deviations are specifically stated herein, services will be provided according to the specifications at no additional charge.

    CONFIDENTIALITY: Any material that is to be considered confidential must be clearly marked as such and shall be treated as confidential to the extent allowable under Chapter 552, Government Code. Trade secrets or confidential information MUST be placed in a separate envelope marked “CONFIDENTIAL INFORMATION.” Note: PRICING INFORMATION IS NOT CONSIDERED CONFIDENTIAL AND IF MARKED AS SUCH, WILL RESULT IN REJECTION OF YOUR BID.

    The successful Respondent shall defend, indemnify, and hold harmless Lake Worth from any and all liability or loss of any nature whatsoever arising out of or relating to the Contractor performing work on City premises, including, without limiting the generality of the foregoing coverage, any act or omission of the contractor, its agents, servants, employees, or invitees in the execution or performance of the contract.

    Non-performance of the Respondent in terms of Specifications shall be a basis for termination of the contract by the City. The City shall not pay for work, equipment, or supplies which are unsatisfactory. Respondents will be given a reasonable opportunity before termination to correct the deficiencies. This, however, shall in no way be construed as negating the basis for termination for non-performance.

    The contract may be terminated by either party upon written thirty (30) days’ notice prior to cancellation.

    Lake Worth reserves the right to accept or reject, in part or in whole, any response submitted, and to waive any technicalities for the best interest of the City. Responses may be rejected, among other reasons, for any of the following specific reasons:

    • Responses received after the time limit for receiving bids.• Responses containing any irregularities.• Unbalanced value of any items.

    Respondents may be disqualified, and their response not considered, among other reasons, for any of the following specific reasons:

    RFB 2021-01 Page 2 of 50

    mailto:[email protected]://www.publicpurchase.com/

  • • Reasons for believing collusion exists among the Respondents.• Reasonable grounds for believing that any Respondent is interested in more than one

    Response for the work contemplated.• The Respondent being involved in any litigation against the City.• The Respondent being in arrears on any existing contract or having defaulted on a previous

    contract.• Lack of competency as revealed by a financial statement, experience and equipment,

    questionnaires, etc.• Uncompleted work which, in the judgment of the City, will prevent or hinder the prompt

    completion of additional work, if awarded.• Respondent is delinquent on property taxes in Tarrant County.

    It is the Respondent’s sole responsibility to print and review all pages of the RFB document, attachments, questions and their responses, addenda and special notices. The RFB Signature Form must be signed and returned. Failure to provide signature on this form renders response non-responsive. Failure to complete or submit all required forms, including but not limited to the RFB Signature Form, Reference Page, Certification of Eligibility, Checklist, Questionnaires (when applicable), Addenda (including revised forms), and any other specified forms or documents will be grounds for rejection of entire bid.

    Due care and diligence have been used in preparation of this information, and it is believed to be substantially correct. However, the responsibility for determining the full extent of the exposure and the verification of all information presented herein shall rest solely with the respondent. Lake Worth and its representatives will not be responsible for any errors or omissions in these specifications, nor for the failure on the part of the respondent to determine the full extent of the exposures.

    The successful respondent may not assign their rights and duties under an award without the written consent of the Purchasing Coordinator of the City of Lake Worth. Such consent shall not relieve the assignor of liability in the event of default by the assignee.

    RFB 2021-01 Page 3 of 50

  • RFP No. 2021.01City of Lake Worth Request For Bid

    Task Due Date

    Post Solicitation 1st 10/30/2020

    Post Solicitation 2nd 11/06/2020

    Submission of Questions 11/14/2020

    Release of Official Response to Questions 11/23/2020

    Deadline for Submission of Responses (Close Date)

    12/10/2020 10:00 a.m.

    Evaluation of Responses 12/21/2020

    Tentative Award Date (Council Approval) 01/12/2020

    Contract Execution (All signatures obtained) TBD

    Performance Begins (Effective Date) TBD

    Respondent

    Facility Inspection / Walk Through

    Date

    Opportunity 11/12/2020

    Inspection of City facilities will be conducted by appointment ONLY.

    Contact Kelly McDonald by 11/09/2020 to schedule appointment at

    (817) 237-1211 ext. 106

    RFB 2021-01 Page 4 of 50

  • GENERAL INFORMATION

    1. BUDDING REQUIREMENTS

    1.1. SITE INVESTIGATION

    1.1.1. By submitting a bid, the contractor acknowledges that he has investigated and satisfied himself as to (A) the conditions affecting the work, including but not limited to physical conditions of the site which may bear upon site access, handling and storage of tools and material, access to water, electric and other utilities that may otherwise affect performance of required activities; (B) the character and quantity of all surface and subsurface materials or obstacles to be encountered in so far as this information is reasonably ascertainable from an inspection of the site, including exploratory work done by the City of Lake Worth or designated Consultant, as well as information presented in drawing and specifications included with this contract. Any failure by the Contractor to acquaint himself with available information will not relieve him from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The City of Lake Worth is not responsible for any conclusions or interpretations made by the Contractor based on the information made available by the City of Lake Worth.

    1.1.2. No bid will be accepted from any Contractor who has not inspected this job site either in person or through a qualified designated representative. A walk through is mandatory

    1.2. DISCREPANCIES

    1.2.1. Should a Bidder find discrepancies in the plans and / or specifications or should be in doubt as to the meaning or intent of any part thereof, he must, prior to commencement of work, request clarification from the City of Lake Worth. Discrepancies regarding conflicts between the Contract Documents and applicable Federal, State or Local regulations or requirements shall be included herein. Failure to request such clarification is a waiver to any claim by the Bidder for expense made necessary by reason of later interpretation of the Contract Documents by the City of Lake Worth.

    1.2.2. A copy of the plans will be in the appendix when available.

    1.2.3. Only written explanations or instructions will be binding.

    1.3. BID SECURITY

    1.3.1. Insurance Requirements: The Contractor shall purchase and maintain insurance that will protect him from claims that may arise out of the result from his activities under this Contract, whether those activities are performed by himself or by any Subcontractor or by anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable.

    RFB 2021-01 Page 5 of 50

  • 1.3.2. The Contractor shall submit proof of coverage under the Workers’ Compensation insurance system of the State of Texas as follows:

    Workers’ Compensation Statutory Employer’s Liability Limits not less than Bodily Injury $1,000,000 (Each Accident) By Disease $500,000 (Policy Limit) By Disease $100,000 (Each Employee)

    1.3.3. The Contractor shall submit a certificate of Asbestos Abatement general liability insurance for personal injury, occupational disease and sickness or death, premises – operations, products / completed operations hazard, contractual insurance, independent contractors from property damage. Insurance shall include “Occurrence” claim provisions. Minimum acceptable coverage is: $1,000,000 combined Single Limit for Bodily Injury and Property damage or $500,000 Bodily Injury and $250,000 Property Damage (each occurrence). In addition to the above general liability insurance the Contractor will be required to furnish the following additional insurance:

    Installation Floater The Contractor shall, during the progress of the work, maintain insurance equal to the full amount of the cost of the project plus three percent for additional costs. Policy shall be inland marine form, subject to the approval of the City of Lake Worth. The insurance shall cover all work incorporated in the building project and all materials for the same, in or about the premises. Money received under any such insurance shall be paid in the same manner as monthly payments in relation to the cost incurred in the rebuilding operation of the work destroyed or damaged. Installation Floaters Insurance shall be subject to a deductible of $1,000 for all losses occasioned by perils insured. All other losses will be at the risk of the contractor(s).

    1.3.4. The Contractor shall obtain, at his expense, an Owner’s Protection Liability Policy, naming the City of Lake Worth, its employees and the Consultant as insured, with the following limits:

    A. $500,000 (Each Occurrence) B. $1,000,000 (Aggregate)

    Certificates of Insurance for the above coverage shall be filed with the City of Lake Worth.

    1.3.5. The Contractor shall provide vehicle liability and property damage insurance for the

    duration of the project for all owned, hired and non-owned vehicles with the following

    RFB 2021-01 Page 6 of 50

  • limits:

    A. Bodily Injury $100,000 (each person) B. Bodily Injury $300,000 (each occurrence) C. Property Damage $100,000 (each occurrence)

    1.3.6. If the City of Lake Worth permits the Contractor to use any of the City’s equipment,

    tools, or facilities, such use will be gratuitous and the Contractor shall release the City from any responsibility arising from claims for personal injuries, including death, arising out of the use of such equipment, tools, or facilities irrespective of the condition thereof or any negligence on the part of the City in permitting their use.

    1.3.7. As a prerequisite to signing the Contract, the Contractor shall have furnished Performance and Payment Bonds if required and Certificates of Insurance.

    1.4. LICENSES AND QULIFICATIONS

    1.4.1. Contractor must be licensed as required by the Texas Department of Health for the purpose of removal, encapsulation, enclosure, demolition and maintenance of structures or components covered by or composed of asbestos – containing materials.

    1.4.2. Contractor shall demonstrate prior experience on asbestos abatement projects of similar nature and scope through the submission of letters of reference from the Building Owners including the name, address and telephone number of contact person (someone specifically familiar with the Contractor’s work) for at least five (5) previous users of service. Include descriptions of projects, locations, and records of all air monitoring data that were generated during the projects.

    1.4.3. In addition, Contractor shall furnish a copy of work procedure (e.g. containment, decontamination unit, respirator program, emergency plans, etc.).

    1.4.4. Contractor shall submit a notarized statement, signed by an officer of the company, containing the information.

    1.4.4.1. A record of any citations issued by Federal, State or Local regulatory agencies relating to asbestos abatement activity. Include projects, dates, and resolutions.

    1.4.4.2. A list of penalties incurred through non-compliance with asbestos abatement

    project specifications including liquidated damages, over – runs in scheduled time limitations and resolutions of each occurrence.

    1.4.4.3. Situations in which asbestos as related contract has been terminated including

    projects, dates, and reason for termination.

    RFB 2021-01 Page 7 of 50

  • 1.4.4.4. A listing of any asbestos – related legal proceedings / claims in which the Contractor (or employees scheduled to participate in this project) have participated or currently involved. Include descriptions of role, issue and resolutions to date.

    1.4.4.5. A certified statement listing all owners of company.

    2. ASBESTOS ABATEMENT SPECIFICATION 2.1. Prepared by DFW Environmental Group, LLC

    2.1.1. DFW Environmental Group, LLC shall be the onsite Asbestos Consultant for the City of

    Lake Worth.

    RFB 2021-01 Page 8 of 50

  • 701 SHELMAR DRIVE

    EULESS, TX 76039

    817-999-8336

    DFW ENVIRONMENTAL GROUP, LLC

    ASBESTOS ABATEMENT SPECIFICATION

    VACANT BUILDING 3501 ROBERTS CUT OFF

    LAKE WORTH, TEXAS 76114

    PREPARED FOR

    CITY OF LAKE WORTH

    Prepared by: Robert Friedel DSHS Individual Asbestos Consultant License #105304

    License Expiration Date: April 21, 2021

    DFW Environmental Group, LLC Project #20-174

    July 9, 2020

    RFB 2021-01 Page 9 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    ASBESTOS SPECIFICATION

    TABLE OF CONTENTS

    PART I - GENERAL 1.1 Description 1.2 Related Work 1.3 Authority to Stop Work 1.4 Personnel Qualifications 1.5 Notifications, Permits, Warning Signs, Labels, & Posters 1.6 Respiratory Systems 1.7 Protective Clothing 1.8 Enclosures and Showers 1.9 Personnel Protection & Decontamination 1.10 Disposal Activities 1.11 Exposure Controls 1.12 Applicable Publications DIVISION II - PRODUCTS 2.1 Materials 2.2 Tools and Equipment DIVISION III - EXECUTION 3.1 Utilities 3.2 Pre-Asbestos Abatement Preparation 3.3 Asbestos Removal 3.4 Final Clearance Visual Inspection and Air Testing 3.5 Project Air Monitoring 3.6 Responsibility for Damages 3.7 Final Job Log Appendix I: Asbestos Inspection/Laboratory Report Appendix II Project Drawing Appendix III: Project Management Delegation Letter

    RFB 2021-01 Page 10 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    DIVISION I - GENERAL 1.1 DESCRIPTION: This section covers labor, materials, facilities, equipment, services, employee training and testing, permits, and agreements necessary to perform asbestos abatement in accordance with these specifications, including but not limited to Texas Department of State Health Services (DSHS) Texas Asbestos Protection Act and the Environmental Protection Agency (EPA) Regulation 40 CFR 61 Subpart M, Occupational Safety and Health Administration (OSHA) Regulations 29 CFR 1926.1101 and 29 CFR 1910.134, and any other applicable Federal, State, and Local government regulations. Whenever conflict or overlap of the above references exists, the most stringent provisions apply. The Abatement Contractor represents that it has all necessary licenses and permits required for the performance of this contract and the project. A. Scope of Work:

    1. Location of Asbestos Abatement: The asbestos-containing building material (ACBM) to be removed consists of the following:

    ASBESTOS ABATEMENT

    Item #

    Material Location Quantity

    1 CMU Block Texture See Drawing 6,624 sf 2 Floor Tile Only See Drawing 2,756 sf 3 Sheetrock Wall Texture See Drawing 2,798 sf 4 Plaster Ceiling Texture See Drawing 704 sf 5 Ceramic Floor Tile See Drawing 160 sf 6 Pipe Insulation Annex Building - Restroom Area, West Office,

    and Adjacent Hall ***350 lf

    2. See Appendix I for the asbestos inspection/laboratory report.

    3. The ACBM within the building shall be removed utilizing OSHA Class I work practices. The

    abatement contractor will build a negative pressure containment with high efficiency particulate air (HEPA) filtration units, critical barriers, two layers of 6-mil floor poly, and a three-chamber decontamination unit with a shower.

    4. All walls are scheduled for abatement; therefore, wall poly will not be necessary.

    5. Remove all suspended lay in ceiling tile as non-ACM material. 6. The abatement contractor will be responsible for verifying all quantities to be removed

    during the bidding process.

    RFB 2021-01 Page 11 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    7. The work area shall only be pre-cleaned as necessary to install critical barriers and to prep containment.

    8. Baselines will be collected for the project.

    9. Water and power will be provided by the owner. 10. The Contractor shall be fully responsible for adequate respiratory protection of its

    employees including the proper usage. The Consultant will notify the Contractor supervisor when usage deficiencies are observed during abatement. Any downgrade of respiratory protection shall be at the discretion of the Contractor. DFW Environmental Group, LLC (DFW) recommends the use of powered air-purifying (PAPR) respirators for the abatement.

    11. The Owner’s Consultant may perform OSHA compliance personal air monitoring for the

    asbestos abatement contractor as required by the regulations. Contractor is responsible for workers maintaining the use of the sampling device during the work shift.

    12. Contractor shall be responsible for submitting the DSHS Notification and filing any

    necessary amendments. The original notification and amendments should be sent to the Consultant.

    B. Sequence of Work: Removal of ACBM, associated industrial hygiene services, and related activities shall proceed in the following sequence:

    1. Pre-abatement: Abatement Contractor shall show evidence of worker training, respiratory protection, employee medical examinations, and employee knowledge of asbestos hazards for this project. Abatement Contractor shall also show ability to provide access, support, and protection to all authorized visitors and inspectors. Abatement Contractor shall also show ability to restrict access during non-working hours to prevent unauthorized entry.

    a. The Asbestos Consultant’s Air Monitoring Technician shall collect background air

    samples documenting ambient conditions in the abatement areas before any work begins. The owner shall be responsible for removing all unattached objects and any fixtures prior to the work. Owner shall be responsible for notifying all outside contractors, as well as Owner personnel, of the existence of ACBM within the confines of the facility prior to beginning such work.

    b. The Abatement Contractor shall secure building and mobilize. The affected areas

    shall be sealed under provisions of Section 3.2.

    RFB 2021-01 Page 12 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    c. The heating, ventilating, and air-conditioning (HVAC) system shall be shut down in the abatement area.

    d. The work area shall be decontaminated by wet cleaning and HEPA-vacuuming

    containment areas as required in Division III.

    e. The Abatement Contractor shall construct the containment area and decontamination facilities protecting all non-moveable objects remaining inside the work area.

    2. Upon completion of a successful prep inspection by the Consultant, Contractor to

    remove ACBM according to Section 3.3 A. of this specification. 1.2 RELATED WORK: A. Demolition or dust-producing activities shall not be allowed in the vicinity of the work areas

    until abatement is complete except as noted in this work procedure. B. Unless otherwise noted in the above scope of work, the owner shall be responsible for

    removing furnishings, fixtures, and equipment required to access ACBM. 1.3 AUTHORITY TO STOP WORK: The Asbestos Consulting Firm shall have the authority to stop work at any time with Owner’s approval, if it becomes apparent that abatement work is not proceeding as required by these work procedures. If at any time the Consultant determines that conditions are not within specifications and applicable regulations, abatement can be stopped. The stoppage of work shall continue until conditions have been corrected to the satisfaction of the Owner and Consultant. Standby time required to resolve the problem shall be at the Abatement Contractor's expense. 1.4 PERSONNEL QUALIFICATIONS: All Abatement Contractor personnel involved with asbestos abatement work shall be trained and registered or licensed as required under the Texas Asbestos Health Protection Rules and OSHA. They shall be thoroughly familiar with the Contractor's standard operating abatement procedures. All personnel shall undergo medical examinations required by OSHA. All personnel shall be trained in the use and care of respirators and pass the respirator fit test. Anyone without the above qualifications shall not be allowed to perform abatement activities at any time including prep work. The Abatement Contractor shall submit proof of registration of workers and supervisor licenses as required under the Texas Asbestos Health Protection Rules.

    RFB 2021-01 Page 13 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    A. Supervisor/Workers:

    1. Current Department of State Health Services (DSHS) license for abatement supervision. 2. Current respirator fit test. 3. Current accreditation certificates. 4. Current asbestos physical.

    1.5 NOTIFICATIONS, PERMITS, WARNING SIGNS, LABELS, & POSTERS: A. The Abatement Contractor should obtain written permission from the owner to file the

    project notification. B. The Abatement Contractor shall communicate any changes to the project notification

    (amendments) by telephone and in writing to the DSHS as soon as changes occur. The appropriate regional state inspector shall be notified of any filed amendments.

    C. The Owner shall be responsible for payment of DSHS Notification fees. D. The Abatement Contractor shall send the project notification and any amendments required

    for the abatement project to the DSHS.

    E. Warning signs shall be erected around the workspace and at every point of potential entry from the outside, showing the words "Danger, Asbestos Hazard, Do Not Enter". The warning signs shall be brightly colored so that they shall be easily noticeable. The size of the sign and the size of the lettering shall be no less than the OSHA requirements. Signs shall be in both English and Spanish.

    F. OSHA & NESHAP-required labels for all plastic bags and all drums utilized to transport

    contaminated material to the landfill shall be provided, including the following:

    1) Owner Name 2) Building Name 3) Building Address 4) Contractor’s Name 5) Contractor’s DSHS License Number

    G. The asbestos abatement supervisor should retain a copy of the latest applicable regulations

    from OSHA, EPA, and TAHPR at the job site.

    RFB 2021-01 Page 14 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    1.6 RESPIRATORY SYSTEMS: A. All workers, foremen, supervisors, authorized visitors, and inspectors shall be provided

    personally issued and marked respiratory equipment approved by NIOSH or OSHA. When respirators with disposable filters are employed, sufficient filters shall be provided on-site for replacement as necessary by the worker.

    B. The minimum respiratory protection recommended for this project.

    1. Half-faced, high efficiency air-purifying (HEPA) respirators is recommended for the following:

    a. Decontamination of asbestos debris from removables such as furniture, draperies,

    carpeting, lights, etc.

    b. Decontamination of asbestos waste bags. c. Final wipe-down of workspace if air samples show exposures in the area below

    0.050 f/cc.

    2. The following respirators are recommended in Table I:

    TABLE I

    Asbestos Concentration

    Minimum Acceptable Respirator

    1. Up to 0.050 f/cc Half-mask air-purifying respirator with cartridges approved for asbestos work.

    2. 0.050 f/cc - 0.10 f/cc Full-face air-purifying respirator equipped with dual-cartridge approved for asbestos work.

    3. 0.10 f/cc - 1.0 f/cc Powered air-purifying respirator (full face) for asbestos work. 4. Over 1.0 f/cc Type "C" supplied-air respirators, positive pressure, demand

    mode for asbestos work.

    1.7 PROTECTIVE CLOTHING: A. All workers, foremen, supervisors, authorized visitors, and inspectors shall be provided

    protective disposable clothing consisting of full body coveralls, hoods, gloves, and 18" high boot-type covers or reusable footwear.

    B. Eye protection and hard-hats as required by job conditions and safety regulations shall be

    provided.

    RFB 2021-01 Page 15 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    C. Reusable footwear, hard-hats, and eye protection devices shall be left in the "Contaminated Equipment Room" until the end of the asbestos abatement work but shall be cleaned daily.

    D. All disposable protective clothing shall be discarded and disposed of as asbestos waste

    each time the containment area is exited. 1.8 ENCLOSURES AND SHOWERS: A. Each negative pressure containment shall be equipped with a complete decontamination

    facility constructed with three (3) layers of 6-mil polyethylene on floors and two (2) layers of 4-mil poly forming the walls. Framing shall be of a sturdy wood or piping.

    B. Lockers or storage containers should be provided for storage of worker's street clothes.

    The clean room should be used by workers and visitors to change from street clothes to disposable protective clothing and gear prior to entering the contaminated area and to dress into street clothes after they have showered and dried in the shower room as they exit the contaminated area.

    1. An Equipment Room with storage for contaminated clothing and equipment shall be

    required. Workers and visitors shall discard disposable protective clothing, except the respirator, as they prepare to enter the shower room.

    2. An Airlock system permitting ingress and egress without permitting air movement shall

    be required. 3. Showering facilities with hot and cold water shall be required in a shower room,

    arranged to service workers and visitors as they exit the contaminated area. Provisions to prevent any contaminated run-off from the shower room shall be installed. Water shall be filtered through 1) a 20-micron filter and 2) a 5-micron filter for proper filtration of contaminated water. Soap and shampoo shall be provided. Shower room facilities and size shall be adequate to allow decontamination and thorough washing of all workers and visitors.

    4. Bagged material shall be packed and sealed in plastic-lined drums or doubled poly bags.

    Bagged material shall be rinsed off inside the containment area, removing gross contamination, before being carried into the decontamination unit where it shall be bagged a second time.

    RFB 2021-01 Page 16 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    1.9 PERSONNEL PROTECTION & DECONTAMINATION: A. Entering from the outside: Change from street clothes into protective clothing and clean

    protective gear. B. Exiting the Work Area: Dispose of all protective clothing into plastic bags labeled as

    asbestos waste. C. The Contractor shall instruct all employees and workers in the proper care of their

    personally issued respiratory equipment, including daily maintenance, sanitizing procedures, etc.

    D. All respiratory equipment shall be inspected by the Contractor's supervisory personnel at

    the beginning of each workday, including breaks, and lunch periods. 1.10 DISPOSAL ACTIVITIES: It is the responsibility of the Abatement Contractor to determine current waste handling, transportation, and disposal regulations for the work site and for each waste disposal landfill. The Contractor shall comply fully with these regulations and all US Department of Transportation, TCEQ, and EPA requirements. A. All waste materials and unused products that meet the definition of a listed or

    characteristic hazardous waste shall be disposed of according to requirements set forth by the EPA Resource Conservation and Recovery Act (RCRA) including all necessary permits and other documents. The Abatement Contractor shall coordinate disposal of all hazardous waste generated on the project with Owner and/or the DFW Environmental Group, LLC. Asbestos-containing waste shall leave the work site until an authorized Owner representative signs the Waste Manifest Form.

    B. The Contractor shall be responsible for and complete the Waste Manifest Form and forward the original to Owner.

    1.11 EXPOSURE CONTROLS: A. Supply and ventilated exhaust air under HEPA filtration shall be maintained to create

    negative pressure measured by a manometer as -0.02" of water. The negative air system shall operate 24 hours a day until project clearance.

    B. The ventilation system shall be in accordance with EPA recommendations in the Guidance

    for Controlling Asbestos-Containing Materials in Buildings, Appendix F.

    RFB 2021-01 Page 17 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    C. HEPA ventilation capacity sufficient to provide four (4) air changes per hour in the work areas shall be provided. This shall occur without over pressurizing the containment area. Excessive ventilation that could possibly damage plastic isolation barriers or pull poly protection from walls shall be avoided.

    D. All HEPA-filtered air shall be vented to non-contaminated areas outside the building. Any

    exhaust points inside a building must be approved by the project consultant. 1.12 APPLICABLE PUBLICATIONS: The publications listed below form a part of this specification as referenced. The publications are named in text by the basic designation only. A. Environment Protection Agency (EPA):

    1. Regulations for Asbestos (Title 40, Code of Federal Regulations, Part 61.) 2. Guidance for Controlling Asbestos-Containing Materials in Buildings (1985). 3. Regulations for disposing of hazardous wastes (Resource Conservation and Recovery

    Act [RCRA])

    B. Occupational Safety and Health Administration (OSHA): Asbestos Regulations (Title 29 CFR Part 1926.1101).

    C. National Institute for Occupational Safety and Health (NIOSH): "Respiratory Protection ... A

    Guide for the Employee". D. Texas Asbestos Health Protection Rules, February 2006.

    RFB 2021-01 Page 18 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    DIVISION II - PRODUCTS 2.1 MATERIALS: Lockdown Encapsulant (OMIT) 2.2 TOOLS AND EQUIPMENT: A. Airless Sprayer: Airless sprayers, suitable for application of encapsulating material, shall be

    used. B. Asbestos Filtration Device (AFD): Asbestos filtration devices shall utilize high efficiency

    particulate air (HEPA) filtration systems. C. Scaffolding: Scaffolding, as required to accomplish the specified work, shall meet all

    applicable safety regulations, including OSHA 29 CFR 1910.28. D. Transportation Equipment: Transportation equipment, as required, shall be suitable for

    loading, temporary storage, transport, and unloading of contaminated waste without exposure to persons or property.

    E. Vacuum Equipment: All vacuum equipment shall utilize HEPA filtration systems. F. Water Sprayer: The water sprayer shall be an airless or other low-pressure sprayer for

    amended water application. Hand-held pump spray tanks shall be used only for small jobs. G. Manometer: A manometer shall be provided by the Contractor to assure negative

    pressure within the full containment area measured at -0.02" by manometer. H. Other Tools and Equipment: The Contractor shall provide other suitable tools for the

    stripping, removal, encapsulation, and disposal activities including but not limited to hand-held scrapers, nylon brushes, sponges, rounded edge shovels, and carts. Wire brushes shall not be used to remove or clean asbestos-insulated surfaces. No spray foam shall be used to seal any openings because of the potential fire hazard associated with this material.

    I. The number, type, and location of fire extinguishers in work areas satisfying the

    requirements of OSHA 29 CFR 1910.157 "Portable Fire Suppression Equipment" and the Texas Asbestos Health Protection Rules. Fire extinguishers are to be provided by the Asbestos Abatement Contractor. Mastic removal solvents shall have a flashpoint of no less than 1400 F. Material Safety Data Sheets must be submitted for each proposed solvent. There shall be one fire extinguisher per 3,000 square feet of containment per TAHPA rules.

    RFB 2021-01 Page 19 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    DIVISION III - EXECUTION 3.1 UTILITIES: A. Provide a weatherproof, ground-faulted temporary electric power service and distribution

    system of sufficient size, capacity, and power characteristics for each use. Existing power to each abatement area shall be shut off prior to any removal. The cost to establish temporary electrical service for the Contractors' use shall be the Contractor’s responsibility.

    B. Existing electrical service to the building may be used for temporary electrical power during

    abatement work. The Contractor shall consult with the Owner or their representative for the location of available electrical service outside of the work areas and shall tie into the existing system at a location acceptable to the Owner or their representative. Tie-in shall be completed by a licensed electrician. The service cost of electrical power used from existing facilities shall be paid for by the Owner.

    C. Provide circuit and branch wiring, with area distribution boxes located so that power and

    lighting is available throughout the project by the use of construction type power cords. All branch circuits must originate from a ground fault circuit interrupter located outside the containment. In general, run wiring overhead and rise vertically where wiring will be least exposed to damage from construction operations.

    D. Provide adequate artificial lighting for all areas of work when natural light is not adequate

    for work. E. Provide receptacle outlets equipped with ground-fault circuit interrupters, reset button and

    pilot light, for plug-in connection of power tools and equipment. F. Use only grounded extension cords; use "hard-service" cords where exposed to abrasion

    and traffic. Use single lengths or use waterproof connectors to connect separate lengths of electric cords if single length will not reach areas of work.

    G. Only explosive-proof electrical equipment may be used in the containment area. All

    electrical equipment used in containment areas shall meet the safety requirement described in 29 CFR 1910.307.

    RFB 2021-01 Page 20 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    3.2 PRE-ASBESTOS ABATEMENT PREPARATION: A. CONTAINMENT AREA PREPARATION:

    1. Prior to any abatement work in an area, the area shall be sealed off to anyone other than trained personnel and authorized visitors. Signs shall be erected around the perimeter in accordance with EPA and OSHA regulations and this specification. The Asbestos Abatement Contractor shall take the necessary precautions to protect against unauthorized entry during the entire abatement process including overnight.

    2. All openings between the containment areas and adjacent areas, including but not

    limited to windows, doorways, ventilation openings, drains, grills, ducts, etc., shall be sealed with two (2) layers of 6-mil poly.

    3. All HVAC intakes and exhaust openings and any seams in system components shall be

    double-sealed with 6-mil poly. Any remaining exposed penetrations, ductwork, electrical boxes, and HVAC vents shall be wet-wiped and sealed with poly.

    4. At least one polyethylene wall to every containment shall be fitted with a piece of clear

    Plexiglas, measuring 18" x 18", to allow observation of at least 51% of contained space from outside.

    5. Approval of the Asbestos Consultant or his on-site Project Manager shall be secured for

    the containment prior to the start of abatement work. A pre-Abatement checklist shall be successfully completed before removal is authorized.

    3.3 ASBESTOS REMOVAL: A. CONTAINMENT – OSHA CLASS I/II WORK PRACTICES

    1. The above locations shall be prepared with a negative pressure containment area as

    noted in Section 3.2.A of this specification. 2. In areas with contaminated floors, all visible asbestos debris shall be picked up using the

    procedures outlined below before covering floor with poly.

    a. Establish a regulated containment area. b. Set HEPA filtration and shower decontamination unit. c. Pick up debris. This should be done before abatement to reduce the spread of

    contamination.

    RFB 2021-01 Page 21 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    3. Except as noted herein and/or in drawings, all asbestos to undergo abatement shall be sprayed with water containing a wetting agent. The wetting agent shall be 50% poly-oxethylene ester, or the equivalent, mixed proportionately one-ounce to five gallons of water. This amended water shall be applied to the material as a fine low-pressure spray to minimize fiber release. Affected material shall be saturated sufficiently throughout the removal process so that no dry asbestos is removed. A continuous fine mist of amended water shall be maintained in ambient work air and on all containment poly to maximize fiber control.

    4. Immediately following ACBM removal, the wet asbestos shall be packed into labeled

    true 6-mil poly bags, or at least a dart impact 216 grams and tear resistance of M.D. of 216 grams and T.D. of 2068 grams, or sealed with two (2) layers of 6-mil poly, or at least a dart impact of 270 grams and tear resistance of M.D. of 512 grams and T.D. of 2067 grams, to prevent drying. No accumulation of asbestos debris shall occur on scaffolding or floor. All bagged material shall be packed, deflated with a HEPA vacuum, and sealed inside true 6-mil plastic bags or fiberboard drums with OSHA & NESHAP-required labels as described in Section 1.10. Disposal shall be made in an approved landfill that will accept asbestos waste.

    3.4 FINAL CLEARANCE VISUAL INSPECTION AND AIR TESTING: A. The Consultant shall be notified for a visual inspection and final clearance air testing. The

    Consultant shall visually inspect the containment for any visible debris or potential contamination. Upon a successful visual inspection, final clearance air samples shall be collected in the containment area.

    B. Prior to beginning the final clearance air testing, the Consultant shall agitate the air and

    surfaces within the containment using a leaf blower. A minimum of three (3) final clearance samples, with a minimum sample volume of 1,250 liters, shall be collected for the containment area. Phase Contrast Microscopy (PCM) shall be employed to confirm final testing results in any abatement area.

    C. Upon completion of final clearance air testing, any remaining barriers and the

    decontamination facility shall be removed. The poly, duct tape, and decontamination facility material shall be disposed of as asbestos waste. A final inspection shall be carried out by the Asbestos Consultant or his Project Manager to ensure that no debris is produced during the dismantling operations.

    D. If the results of the visual inspection or final clearance air testing are not satisfactory,

    thorough wet cleaning and/or HEPA vacuuming shall be repeated until the required decontamination levels have been confirmed.

    RFB 2021-01 Page 22 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    3.5 PROJECT AIR MONITORING:

    1. Contractor work practices shall be documented by the Consultant. Air monitoring shall continue both inside the work area and its contiguous environment to ensure full compliance with specifications and all applicable regulations. Air samples shall be collected inside the containment, outside the containment but inside the building, the HEPA unit exhaust, immediately outside the entrance to the decontamination unit, and outside the bag-out facility, if present.

    2. Air contamination levels shall be maintained outside the containment areas at or below

    0.010 f/cc. Detection of fiber counts above 0.010 f/cc outside a containment area shall result in immediate cessation of abatement activities and decontamination of areas where elevated fiber counts have occurred. Work inside the containment area shall not resume until the contamination source has been corrected and ambient air levels have been re-established outside the containment area at 0.010 f/cc or less.

    3. The Abatement Contractor is responsible for monitoring employees to comply with 29

    CFR 1926.1101. For the duration of the project, full-shift personal monitoring for each job category must take place each shift, at times when exposure to asbestos fibers is expected to be highest.

    3.6 CONTRACTOR FINAL REPORT: A final report shall be prepared by the Abatement Contractor and presented to the Owner. The final report shall include, but not be limited to, the following: A. A copy of the original NESHAP notification form and any subsequent amendments. B. The completed Waste Manifest Form. C. All employee asbestos physical forms. D. All employee training certificates and license or registration certificates. E. Visitors sign-in log. F. Containment sign-in log.

    G. Daily reports signed by the onsite Supervisor.

    H. Final inspection list.

    --- END ---

    RFB 2021-01 Page 23 of 50

  • APPENDIX I

    ASBESTOS INSPECTION / LABORATORY REPORT

    RFB 2021-01 Page 24 of 50

  • PLM Summary Report

    Client :

    Project :

    Project # :

    Identification :

    Test Method :

    DFW Environmental

    Vacant Structure, 3501 Roberts Cut-off, Lake Worth, TX

    20-148 Lake Worth

    Asbestos, Bulk Sample Analysis

    Sample Number Client Sample Description / Location Asbestos Content

    Sample Date :

    On 5/15/2020, forty three (43) bulk material samples were submitted by Robert Friedel of DFW Environmental for asbestos analysis by PLM/DS. The

    PLM Detail Report is attached; additional information may be found therein. The results are summarized below:

    Page 1 of 4

    Lab Job No. :

    Report Date :

    20B-04967

    05/14/2020

    002

    07/09/2020

    NVLAP Lab Code 102056-0

    TDSHS License No. 30-0084

    Polarized Light Microscopy / Dispersion Staining (PLM/DS)

    EPA Method 600 / R-93 / 116

    2051 Valley View Lane

    Farmers Branch, TX 75234 Phone: (972) 241-8460

    F-1 2' x 4' Lay-in Ceiling Tile (Fissured), Main Building None Detected - Acoustic Tile

    F-2 2' x 4' Lay-in Ceiling Tile (Fissured), Main Building None Detected - Acoustic Tile

    F-3 2' x 4' Lay-in Ceiling Tile (Fissured), Main Building None Detected - Acoustic Tile

    F-4 CMU Block Texture, Main Building, Interior South Wall 2% Chrysotile - Texture

    F-5 CMU Block Texture, Main Building, Interior North Wall Not Analyzed - Positive Stop

    F-6 CMU Block Texture, Main Building, Interior Closet Wall Not Analyzed - Positive Stop

    F-7 Cove Base Mastic, Main Building, South Wall None Detected - Cove Base

    None Detected - Yellow Mastic

    F-8 Cove Base Mastic, Main Building, North Wall None Detected - Cove Base

    None Detected - Yellow Mastic

    F-9 Cove Base Mastic, Main Building, Entry Area None Detected - Cove Base

    None Detected - Yellow Mastic

    F-10 12" x 12" Floor Tile / Mastic (Black), Main Building, Closet 5% Chrysotile - Floor Tile

    None Detected - Yellow Mastic

    None Detected - Black Mastic

    F-11 12" x 12" Floor Tile / Mastic (Black), Main Building,

    Center Core

    Layer Not Analyzed - Positive Stop

    None Detected - Yellow Mastic

    None Detected - Black Mastic

    F-12 12" x 12" Floor Tile / Mastic (Black), Main Building, Entry

    Area

    Layer Not Analyzed - Positive Stop

    None Detected - Yellow Mastic

    None Detected - Black Mastic

    F-13 Sheetrock Wall Texture, Main Building, Closet None Detected - Drywall Material

    2% Chrysotile - Texture

    F-14 Sheetrock Wall Texture, Main Building, Entry Area Not Analyzed - Positive Stop

    F-15 Sheetrock Wall Texture, Main Building, North Office Not Analyzed - Positive Stop

    F-16 2' x 4' Lay-in Ceiling Tile (Dotted), Annex Building, Hall None Detected - Acoustic Tile

    RFB 2021-01 Page 25 of 50

  • PLM Summary Report

    Client :

    Project :

    Project # :

    Identification :

    Test Method :

    DFW Environmental

    Vacant Structure, 3501 Roberts Cut-off, Lake Worth, TX

    20-148 Lake Worth

    Asbestos, Bulk Sample Analysis

    Sample Number Client Sample Description / Location Asbestos Content

    Sample Date :

    On 5/15/2020, forty three (43) bulk material samples were submitted by Robert Friedel of DFW Environmental for asbestos analysis by PLM/DS. The

    PLM Detail Report is attached; additional information may be found therein. The results are summarized below:

    Page 2 of 4

    Lab Job No. :

    Report Date :

    20B-04967

    05/14/2020

    002

    07/09/2020

    NVLAP Lab Code 102056-0

    TDSHS License No. 30-0084

    Polarized Light Microscopy / Dispersion Staining (PLM/DS)

    EPA Method 600 / R-93 / 116

    2051 Valley View Lane

    Farmers Branch, TX 75234 Phone: (972) 241-8460

    F-17 2' x 4' Lay-in Ceiling Tile (Dotted), Annex Building,

    Restroom

    None Detected - Acoustic Tile

    F-18 2' x 4' Lay-in Ceiling Tile (Dotted), Annex Building,

    Perimeter Office

    None Detected - Acoustic Tile

    F-19 CMU Block Texture, Annex Building, Hall, Interior,

    Partition

    None Detected - CMU

    2% Chrysotile - Texture

    F-20 CMU Block Texture, Annex Building, Office, Interior

    Perimeter

    Not Analyzed - Positive Stop

    F-21 CMU Block Texture, Annex Building, Interior Perimeter at

    Back Door

    Not Analyzed - Positive Stop

    F-22 12" x 12" Floor Tile / Mastic (Yellow), Annex Building,

    Hall

    None Detected - Floor Tile

    None Detected - Yellow Mastic

    F-23 12" x 12" Floor Tile / Mastic (Yellow), Annex Building,

    East Storage Room

    None Detected - Floor Tile

    None Detected - Yellow Mastic

    F-24 12" x 12" Floor Tile / Mastic (Yellow), Annex Building,

    Southeast Storage Room

    None Detected - Floor Tile

    None Detected - Yellow Mastic

    F-25 12" x 12" Floor Tile / Mastic (Black), Annex Building, East

    Office

    None Detected - Floor Tile

    None Detected - Yellow Mastic

    None Detected - Black Mastic

    F-26 Sheetrock Wall Texture, Annex Building, Mens Restroom None Detected - Drywall Material

    2% Chrysotile - Texture

    F-27 Sheetrock Wall Texture, Annex Building, Hall at Rear Door Not Analyzed - Positive Stop

    F-28 Sheetrock Wall Texture, Annex Building, Women's

    Restroom

    Not Analyzed - Positive Stop

    F-29 2" x 2" Ceramic Floor Tile, Annex Building, Men's /

    Women's Restroom

    None Detected - Ceramic Tile

    None Detected - Grout

    2% Chrysotile - Mortar

    None Detected - Black Mastic

    RFB 2021-01 Page 26 of 50

  • PLM Summary Report

    Client :

    Project :

    Project # :

    Identification :

    Test Method :

    DFW Environmental

    Vacant Structure, 3501 Roberts Cut-off, Lake Worth, TX

    20-148 Lake Worth

    Asbestos, Bulk Sample Analysis

    Sample Number Client Sample Description / Location Asbestos Content

    Sample Date :

    On 5/15/2020, forty three (43) bulk material samples were submitted by Robert Friedel of DFW Environmental for asbestos analysis by PLM/DS. The

    PLM Detail Report is attached; additional information may be found therein. The results are summarized below:

    Page 3 of 4

    Lab Job No. :

    Report Date :

    20B-04967

    05/14/2020

    002

    07/09/2020

    NVLAP Lab Code 102056-0

    TDSHS License No. 30-0084

    Polarized Light Microscopy / Dispersion Staining (PLM/DS)

    EPA Method 600 / R-93 / 116

    2051 Valley View Lane

    Farmers Branch, TX 75234 Phone: (972) 241-8460

    F-30 2" x 2" Ceramic Floor Tile, Annex Building, Men's /

    Women's Restroom

    Not Analyzed - Positive Stop

    F-31 2" x 2" Ceramic Floor Tile, Annex Building, Men's /

    Women's Restroom

    Not Analyzed - Positive Stop

    F-32 Plaster Ceiling Texture, Annex Building, Hall None Detected - Plaster

    2% Chrysotile - Texture

    F-33 Plaster Ceiling Texture, Annex Building, Hall Not Analyzed - Positive Stop

    F-34 Plaster Ceiling Texture, Annex Building, Hall Not Analyzed - Positive Stop

    F-35 3" Fiberglass Pipe Wrap, Annex Building, Hall None Detected - Paper / Foil Wrap

    2% Chrysotile - Texture

    F-36 3" Fiberglass Pipe Wrap, Annex Building, Hall Not Analyzed - Positive Stop

    F-37 3" Fiberglass Pipe Wrap, Annex Building, Hall Not Analyzed - Positive Stop

    F-38 CMU Block Texture, Exterior, Main Building, Northwest

    Corner

    None Detected - CMU

    None Detected - Texture

    F-39 CMU Block Texture, Exterior, Main Building, Southwest

    Corner

    None Detected - CMU

    None Detected - Texture

    F-40 CMU Block Texture, Exterior, Annex Building, Southeast

    Corner

    None Detected - CMU

    None Detected - Texture

    F-41 Lightweight Roof Concrete, Sub Roof None Detected - Roofing Material

    F-42 Window Glaze, Annex Building, East Side None Detected - Window Glazing

    F-43 Roofing Membrane, Annex Building, West Side None Detected - Roof Membrane

    RFB 2021-01 Page 27 of 50

  • PLM Summary Report

    Client :

    Project :

    Project # :

    Identification :

    Test Method :

    DFW Environmental

    Vacant Structure, 3501 Roberts Cut-off, Lake Worth, TX

    20-148 Lake Worth

    Asbestos, Bulk Sample Analysis

    Sample Number Client Sample Description / Location Asbestos Content

    Sample Date :

    On 5/15/2020, forty three (43) bulk material samples were submitted by Robert Friedel of DFW Environmental for asbestos analysis by PLM/DS. The

    PLM Detail Report is attached; additional information may be found therein. The results are summarized below:

    Page 4 of 4

    Lab Job No. :

    Report Date :

    20B-04967

    05/14/2020

    002

    07/09/2020

    NVLAP Lab Code 102056-0

    TDSHS License No. 30-0084

    Polarized Light Microscopy / Dispersion Staining (PLM/DS)

    EPA Method 600 / R-93 / 116

    2051 Valley View Lane

    Farmers Branch, TX 75234 Phone: (972) 241-8460

    Melissa Garcia, Willie PruittAnalyst(s):

    Lab Director : Bruce Crabb Approved Signatory :

    Thank you for choosing Moody Labs

    Lab Manager : Heather Lopez Approved Signatory :

    These samples were analyzed by layers. Quantification, unless otherwise noted, is performed by calibrated visual

    estimate. The test report shall not be reproduced, except in full, without written approval of the laboratory. The results

    relate only to the items tested. These test results do not imply endorsement by NVLAP or any agency of the U.S.

    Government. Accredited by the National Voluntary Laboratory Accreditation Program for Bulk Asbestos Fiber Analysis

    under Lab Code 102056-0.

    RFB 2021-01 Page 28 of 50

  • PLM Detail Report

    Project # : 20-148 Lake Worth

    Page 1 of 5

    Sample Number Layer Components% Of

    Sample

    Analysis

    Date

    % of

    LayerAnalyst

    Supplement to PLM Summary Report

    Client :

    Project :

    DFW Environmental

    Vacant Structure, 3501 Roberts Cut-off, Lake Worth, TX

    Lab Job No. :

    Report Date :

    20B-04967 002

    07/09/2020

    2051 Valley View Lane

    Farmers Branch, TX 75234 Phone: (972) 241-8460

    Moody Labs NVLAP Lab Code 102056-0

    TDSHS License No. 30-0084

    Cellulose FibersF-1 Acoustic Tile (Light Grey) 100% 05/2150% MG

    Mineral Wool FibersF-1 Acoustic Tile (Light Grey) 100% 05/2130% MG

    PerliteF-1 Acoustic Tile (Light Grey) 100% 05/2120% MG

    Cellulose FibersF-2 Acoustic Tile (Light Grey) 100% 05/2150% MG

    Mineral Wool FibersF-2 Acoustic Tile (Light Grey) 100% 05/2130% MG

    PerliteF-2 Acoustic Tile (Light Grey) 100% 05/2120% MG

    Cellulose FibersF-3 Acoustic Tile (Light Grey) 100% 05/2150% MG

    Mineral Wool FibersF-3 Acoustic Tile (Light Grey) 100% 05/2130% MG

    PerliteF-3 Acoustic Tile (Light Grey) 100% 05/2120% MG

    ChrysotileF-4 Texture (Off-White) 100% 05/212% MG

    AggregateF-4 Texture (Off-White) 100% 05/215% MG

    Calcite / Talc / BindersF-4 Texture (Off-White) 100% 05/2193% MG

    F-5 Not Analyzed - Positive Stop 100% 05/21 MG

    F-6 Not Analyzed - Positive Stop 100% 05/21 MG

    Calcite / Vinyl BindersF-7 Cove Base (Black) 97% 05/21100% MG

    Glue BindersF-7 Yellow Mastic (Yellow) 3% 05/21100% MG

    Calcite / Vinyl BindersF-8 Cove Base (Brown) 97% 05/21100% MG

    Glue BindersF-8 Yellow Mastic (Yellow) 3% 05/21100% MG

    Calcite / Vinyl BindersF-9 Cove Base (Black) 99% 05/21100% MG

    Glue BindersF-9 Yellow Mastic (Yellow) 1% 05/21100% MG

    ChrysotileF-10 Floor Tile (Off-White / Tan) 96% 05/215% MG

    Calcite / Vinyl BindersF-10 Floor Tile (Off-White / Tan) 96% 05/2195% MG

    Glue BindersF-10 Yellow Mastic (Yellow) 1% 05/21100% MG

    Tar BindersF-10 Black Mastic (Black) 3% 05/21100% MG

    F-11 Layer Not Analyzed - Positive Stop 97% 07/09 WP

    Glue BindersF-11 Yellow Mastic (Yellow) 1% 07/09100% WP

    Tar BindersF-11 Black Mastic (Black) 2% 07/09100% WP

    RFB 2021-01 Page 29 of 50

  • PLM Detail Report

    Project # : 20-148 Lake Worth

    Page 2 of 5

    Sample Number Layer Components% Of

    Sample

    Analysis

    Date

    % of

    LayerAnalyst

    Supplement to PLM Summary Report

    Client :

    Project :

    DFW Environmental

    Vacant Structure, 3501 Roberts Cut-off, Lake Worth, TX

    Lab Job No. :

    Report Date :

    20B-04967 002

    07/09/2020

    2051 Valley View Lane

    Farmers Branch, TX 75234 Phone: (972) 241-8460

    Moody Labs NVLAP Lab Code 102056-0

    TDSHS License No. 30-0084

    F-12 Layer Not Analyzed - Positive Stop 97% 07/09 WP

    Glue BindersF-12 Yellow Mastic (Yellow) 1% 07/09100% WP

    Tar BindersF-12 Black Mastic (Black) 2% 07/09100% WP

    Glass Wool FibersF-13 Drywall Material (Light Pink) 70% 05/212% MG

    Gypsum / BindersF-13 Drywall Material (Light Pink) 70% 05/2198% MG

    Cellulose FibersF-13 DW Paper Facing (Tan) 10% 05/21100% MG

    ChrysotileF-13 Texture (White) 20% 05/212% MG

    AggregateF-13 Texture (White) 20% 05/215% MG

    Calcite / Talc / BindersF-13 Texture (White) 20% 05/2193% MG

    F-14 Not Analyzed - Positive Stop 100% 05/21 MG

    F-15 Not Analyzed - Positive Stop 100% 05/21 MG

    Cellulose FibersF-16 Acoustic Tile (Light Grey) 100% 05/2145% MG

    Mineral Wool FibersF-16 Acoustic Tile (Light Grey) 100% 05/2135% MG

    PerliteF-16 Acoustic Tile (Light Grey) 100% 05/2120% MG

    Cellulose FibersF-17 Acoustic Tile (Light Grey) 100% 05/2145% MG

    Mineral Wool FibersF-17 Acoustic Tile (Light Grey) 100% 05/2135% MG

    PerliteF-17 Acoustic Tile (Light Grey) 100% 05/2120% MG

    Cellulose FibersF-18 Acoustic Tile (Light Grey) 100% 05/2145% MG

    Mineral Wool FibersF-18 Acoustic Tile (Light Grey) 100% 05/2135% MG

    PerliteF-18 Acoustic Tile (Light Grey) 100% 05/2120% MG

    AggregateF-19 CMU (Grey) 95% 05/2165% MG

    Cement BindersF-19 CMU (Grey) 95% 05/2135% MG

    ChrysotileF-19 Texture (White) 5% 05/212% MG

    AggregateF-19 Texture (White) 5% 05/215% MG

    Calcite / Talc / BindersF-19 Texture (White) 5% 05/2193% MG

    F-20 Not Analyzed - Positive Stop 100% 05/21 MG

    F-21 Not Analyzed - Positive Stop 100% 05/21 MG

    Calcite / Vinyl BindersF-22 Floor Tile (Off-White / Red) 95% 05/21100% MG

    Glue BindersF-22 Yellow Mastic (Yellow) 5% 05/21100% MG

    RFB 2021-01 Page 30 of 50

  • PLM Detail Report

    Project # : 20-148 Lake Worth

    Page 3 of 5

    Sample Number Layer Components% Of

    Sample

    Analysis

    Date

    % of

    LayerAnalyst

    Supplement to PLM Summary Report

    Client :

    Project :

    DFW Environmental

    Vacant Structure, 3501 Roberts Cut-off, Lake Worth, TX

    Lab Job No. :

    Report Date :

    20B-04967 002

    07/09/2020

    2051 Valley View Lane

    Farmers Branch, TX 75234 Phone: (972) 241-8460

    Moody Labs NVLAP Lab Code 102056-0

    TDSHS License No. 30-0084

    Calcite / Vinyl BindersF-23 Floor Tile (Off-White / Light Tan) 97% 05/21100% MG

    Glue BindersF-23 Yellow Mastic (Yellow) 3% 05/21100% MG

    Cellulose FibersF-24 Floor Tile (Off-White / Green) 98% 05/212% MG

    Calcite / Vinyl BindersF-24 Floor Tile (Off-White / Green) 98% 05/2198% MG

    Glue BindersF-24 Yellow Mastic (Yellow) 2% 05/21100% MG

    Calcite / Vinyl BindersF-25 Floor Tile (Off-White / Red) 98% 05/21100% MG

    Glue BindersF-25 Yellow Mastic (Yellow) 1% 05/21100% MG

    Tar BindersF-25 Black Mastic (Black) 1% 05/21100% MG

    Glass Wool FibersF-26 Drywall Material (Light Pink) 70% 05/212% MG

    Gypsum / BindersF-26 Drywall Material (Light Pink) 70% 05/2198% MG

    Cellulose FibersF-26 DW Paper Facing (Tan) 10% 05/21100% MG

    ChrysotileF-26 Texture (White) 20% 05/212% MG

    AggregateF-26 Texture (White) 20% 05/215% MG

    Calcite / Talc / BindersF-26 Texture (White) 20% 05/2193% MG

    F-27 Not Analyzed - Positive Stop 100% 05/21 MG

    F-28 Not Analyzed - Positive Stop 100% 05/21 MG

    Sintered ClaysF-29 Ceramic Tile (Grey) 70% 05/21100% MG

    AggregateF-29 Grout (Grey) 15% 05/2165% MG

    Cement BindersF-29 Grout (Grey) 15% 05/2135% MG

    ChrysotileF-29 Mortar (Grey) 15% 05/212% MG

    AggregateF-29 Mortar (Grey) 15% 05/2163% MG

    Cement BindersF-29 Mortar (Grey) 15% 05/2135% MG

    Tar BindersF-29 Black Mastic (Black)

  • PLM Detail Report

    Project # : 20-148 Lake Worth

    Page 4 of 5

    Sample Number Layer Components% Of

    Sample

    Analysis

    Date

    % of

    LayerAnalyst

    Supplement to PLM Summary Report

    Client :

    Project :

    DFW Environmental

    Vacant Structure, 3501 Roberts Cut-off, Lake Worth, TX

    Lab Job No. :

    Report Date :

    20B-04967 002

    07/09/2020

    2051 Valley View Lane

    Farmers Branch, TX 75234 Phone: (972) 241-8460

    Moody Labs NVLAP Lab Code 102056-0

    TDSHS License No. 30-0084

    AggregateF-32 Plaster (Grey) 90% 05/2165% MG

    Calcite / BindersF-32 Plaster (Grey) 90% 05/2135% MG

    ChrysotileF-32 Texture (White) 10% 05/212% MG

    AggregateF-32 Texture (White) 10% 05/215% MG

    Calcite / Talc / BindersF-32 Texture (White) 10% 05/2193% MG

    F-33 Not Analyzed - Positive Stop 100% 05/21 MG

    F-34 Not Analyzed - Positive Stop 100% 05/21 MG

    Cellulose FibersF-35 Paper / Foil Wrap (Off-White / Silver) 99% 05/2160% MG

    Glass Wool FibersF-35 Paper / Foil Wrap (Off-White / Silver) 99% 05/2120% MG

    Metal FoilF-35 Paper / Foil Wrap (Off-White / Silver) 99% 05/2120% MG

    ChrysotileF-35 Texture (White) 1% 05/212% MG

    Calcite / Talc / BindersF-35 Texture (White) 1% 05/2198% MG

    F-36 Not Analyzed - Positive Stop 100% 05/21 MG

    F-37 Not Analyzed - Positive Stop 100% 05/21 MG

    AggregateF-38 CMU (Grey) 85% 05/2165% MG

    Cement BindersF-38 CMU (Grey) 85% 05/2135% MG

    Calcite / BindersF-38 Texture (Cream) 15% 05/21100% MG

    AggregateF-39 CMU (Grey) 85% 05/2165% MG

    Cement BindersF-39 CMU (Grey) 85% 05/2135% MG

    Calcite / BindersF-39 Texture (Cream) 15% 05/21100% MG

    AggregateF-40 CMU (Grey) 85% 05/2165% MG

    Cement BindersF-40 CMU (Grey) 85% 05/2135% MG

    Calcite / BindersF-40 Texture (Cream) 15% 05/21100% MG

    Wood FibersF-41 Roofing Material (Off-White) 100% 05/2165% MG

    Gypsum / BindersF-41 Roofing Material (Off-White) 100% 05/2135% MG

    CalciteF-42 Window Glazing (Off-White) 100% 05/2160% MG

    Binders / FillersF-42 Window Glazing (Off-White) 100% 05/2140% MG

    RFB 2021-01 Page 32 of 50

  • RFB 2021-01 Page 33 of 50

  • RFB 2021-01 Page 34 of 50

  • RFB 2021-01 Page 35 of 50

  • Robert Friedel DSHS Individual Asbestos Consultant #10-5304 Expires 4-21-21

    APPENDIX II

    PROJECT DRAWINGS

    RFB 2021-01 Page 36 of 50

  • APPENDIX III

    DELEGATION LETTER

    RFB 2021-01 Page 37 of 50

  • DFWENVIRONMENTAL

    GROUP701 Shelmar Drive

    Euless, Texas 76039817-999-8336 / 817-235-5151

    Project #: 20-174

    Drawing Date: 07/11/2020

    Drawing Reviewed By:Robert Friedel

    Project Name:Vacant Building

    Project Address:3501 Roberts Cut-Off RoadLake Worth, Texas 76114

    ASBESTOS ABATEMENT DRAWING

    ASBESTOS ABATEMENT LEGEND

    Asbestos-Containing CMU Block Texture to be AbatedAsbestos-Containing Sheetrock Wall Texture to be Abated

    Robert FriedelINDIVIDUAL ASBESTOS CONSULTANTDSHS #10-5304, EXPIRES 4/21/19

    RFB 2021-01 Page 38 of 50

  • DFWENVIRONMENTAL

    GROUP701 Shelmar Drive

    Euless, Texas 76039817-999-8336 / 817-235-5151

    Project #: 20-174

    Drawing Date: 07/11/2020

    Drawing Reviewed By:Robert Friedel

    Project Name:Vacant Building

    Project Address:3501 Roberts Cut-Off RoadLake Worth, Texas 76114

    ASBESTOS ABATEMENT DRAWING

    Robert FriedelINDIVIDUAL ASBESTOS CONSULTANTDSHS #10-5304, EXPIRES 4/21/19

    ASBESTOS ABATEMENT LEGEND

    Asbestos-Containing Floor Tile ONLY to be AbatedAsbestos-Containing Ceramic Floor Tile to be AbatedAsbestos-Containing Ceiling Plaster Texture to be Abated

    RFB 2021-01 Page 39 of 50

  • July 9, 2020 DFW Environmental Group, LLC 701 Shelmar Dr. Euless, Texas 76039 RE: Vacant Building

    3501 Roberts Cut Off Lake Worth, Texas 76114

    Dear Project Manager(s): The Texas Asbestos Health Protection Rules, Section 295.58(D) states "The visual inspections must be conducted by a properly licensed asbestos consultant. The asbestos consultant may delegate the visual inspection responsibility in writing to a licensed asbestos project manager considered experienced enough to properly perform this duty." In accordance with this section, I hereby authorize you as a licensed project manager to conduct visual inspections for the asbestos abatement at the above-referenced location. In addition, you are hereby authorized to conduct project management and air monitoring in accordance with the limitations stated in the Texas Asbestos Health Protection Rules and the Asbestos Abatement Specifications prepared by the DFW Environmental Group, LLC. You are authorized to perform such activities with your respective Project Manager (PM) license (see below) and Air Monitoring Technician (AMT) license (see below).

    Robert Friedel DSHS Individual Asbestos Consultant 105304

    RFB 2021-01 Page 40 of 50

  • PLM Detail Report

    Project # : 20-148 Lake Worth

    Page 5 of 5

    Sample Number Layer Components% Of

    Sample

    Analysis

    Date

    % of

    LayerAnalyst

    Supplement to PLM Summary Report

    Client :

    Project :

    DFW Environmental

    Vacant Structure, 3501 Roberts Cut-off, Lake Worth, TX

    Lab Job No. :

    Report Date :

    20B-04967 002

    07/09/2020

    2051 Valley View Lane

    Farmers Branch, TX 75234 Phone: (972) 241-8460

    Moody Labs NVLAP Lab Code 102056-0

    TDSHS License No. 30-0084

    AggregateF-43 Aggregate (Off-White) 15% 05/21100% MG

    Synthetic FibersF-43 Roof Membrane (Black) 30% 05/2110% MG

    CalciteF-43 Roof Membrane (Black) 30% 05/2130% MG

    Tar BindersF-43 Roof Membrane (Black) 30% 05/2160% MG

    RFB 2021-01 Page 41 of 50

  • The successful Respondent may not assign their rights and duties under an award without the written consent of the Purchasing Coordinator. Such consent shall not relieve the assignor of liability in the event of default by the assignee. RESPONDENT AGREES THAT IT WILL PROTECT, DEFEND, INDEMNIFY AND SAVE WHOLE AND HARMLESS LAKE WORTH, AND ALL OFFICERS, AGENTS AND AMPLOYEES OF LAKE WORTH (HEREINAFTER “THE INDEMNIFIED PARTIES”) FROM AND AGAINST ALL CLAIMS, DEMANDS, CAUSES OF ACTION, DAMAGES, JUDGMENTS, LOSSES AND EXPENSES, INCLUDING ATTORNEY’S FEES, LITIGTIO EXPENSES AND COURT COSTS OF WHATSOVERE NATURE, CHARACTER OR DESCRIPTION THAT ANY PERSON OR ENITITY HAS OR MAY HAVE ARISING FROM OR ON ACCOUNT OF ANY EMPLOYMENT RELATED MATTER ASSERTED BY ANY OF ITS EMPLOYEES AGAINST THE INDEMNIFIED PARTIES OR FOR ANY INJURIES OR DAMAGES (INCLUDING, BUT NOT RESTRICTED TO, DEATH) RECEIVED OR SUSTAINED BY ANY PERSON, PERSONS, OR PROPERTY, ON ACCOUNT OF ARISING OUT OF, OR IN CONNECTION WITH THE PERFORMANCE OF THE WORK, INCLUDING WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, ANY NEGLIGENT FURTHER AGREES TO PROTECT, INDEMNIFY AND HOLD THE INDEMNIFIED PARTIED HARLESS AGAINST AND FROM JUDGEMENTS OR EXPENSE, INCLUDING ATTORNEY’S FEES, LITIGATION EXPENSES AND COURT COSTS ARISING OUT OF THE BREACH OR ANY OF THE REQUIREMENTS AND REVISIONS OF THE AGREEMENT BECAUSE OF ANY FAILURE OR RESPONDENT, ITS EMPLOYEES, OFFICERS, AGENTS, SUBCONTRACTORS, INVITEES OR ASSIGNS IN ANY RESPECT TO COMPLY WITH AND PERFORM ALL THE REQUIREMENTS AND PROVISIONS HEREIN. RESPONDENT(S) WILL COMLY WITH ALL STATE, FEDERAL, AND LOCAL LAWS INCLUDING BUT NOT LIMITED TO THE AMERICANS WITH DISABILITES ACT, TITLE VII OF THE CIVIL RIGHTS ACT OF 1964, AGE DISCRIMINATION IN EMPLOYMENT ACT, CIVIL RIGHTS ACT OF 1991, FEDERAL INSURANCE CONTRIBUTIONS ACT (FICA), FAIR LABOR STANDARDS ACT, EQUAL PAY ACT OF 1963 AND THE AFFORDABLE HEALTH CARE ACT, AS TO TREATMENT AND COMPENSATION OF ITS EMPLOYEES. RESPONDENT(S) WILL PREPARE PAYROOL CHECKS, MAKE ALL BNECESSAY DEDUCTION AND PAY ALL TAXES, AND INSURANCE REQUIRED BY FEDERAL, STATE, AND LOCAL LAWS. RESPONDENT FOR THE PAYMENT OF WAGES, COMPENSATION, OVERTIME AND BENEFITS TO PERSONNEL. RESPONDENT ACCEPTS RESPONSIBILITY FOR PAYMENT OF ALL TAXES, ASSESSMENTS, FEES, AND FINES THAT MAY BE DUE AND OWING TO ANY LOCAL, STATE OR FEDERAL GOVERNMENT AGENCIES.

    RFB 2021-01 Page 42 of 50

  • FOR DISADVANTAGED BUSINESS ENTERPRISES ONLY

    Disadvantaged Business Enterprises (DBE) are encouraged to participate in Lake Worth’s bid process. Representatives from DBE companies should identify themselves as such and submit a copy of the Certification. The City recognizes the certifications of both the State of Texas General Services Commission HUB Program and the North Central Texas Regional Certification Agency. All companies seeking information concerning DBE certification are urged to contact.

    Texas Procurement & Support Services State HUB Program

    170 Jacinto Blvd. Austin, Texas 78711-3047

    (512) 563-5872

    OR

    North Central Texas Council of Governments Regional Certification Agency 624 Six Flags Drive, Suite 100

    Arlington, Texas 76011 (817) 640-0606

    If you company is already certified, attach a copy of the certification to this form and return with response.

    Company Name:

    Representative:

    Mailing Address:

    City, State, Zip:

    Telephone No.: Email: Indicate all that apply:

    Minority-Owned Business Enterprise

    Women-Owned Business Enterprise

    Disadvantaged Business Enterprise

    RFB 2021-01 Page 43 of 50

  • RFB PROPOSAL SIGNATURE FORM

    The undersigned, on behalf of and as the authorized representative of Respondent, agrees that this proposal becomes the property of Lake Worth after the official opening. The undersigned affirms that the respondent has familiarized itself with the local conditions under which the work is to be performed; satisfied itself of the conditions of delivery, handling and storage or equipment and all other matters which may be incidental to the work, before submitting a proposal. The undersigned agrees on behalf of the Respondent that if this proposal is accepted, Respondent will furnish any and all items/services upon which process are offered, at the price(s) and upon the terms and conditions contained in the Specifications. The period for acceptance of this Proposal will be ninety (90) calendar days. The undersigned affirms that he/she is duly authorized to execute the contract, that this proposal has not been prepared in collusion with any other Respondent, nor any employee of Lake Worth, and that the contents of this RFB have not been communicated to any other respondent or to any employee of Lake Worth prior to the official opening of this RFB. Respondent hereby assigns to purchaser of all claims for overcharges associated with this contract which arise under the antirust laws of the United States, 15 USCA Section 1 et. Seq., and which arise under the antirust laws of the State of Texas, Tex. Bus. & Com. Code, Section 15.01, et seq. The undersigned affirms that he/she has read and understands the specifications and any attachments contained in this RFB package. Failure to sign and return this form will result in rejection of the entire proposal. Signature: Authorized Representative

    Name and Address of Company: Date: Name: Title: Tel. No. Fax. No. Email:

    After Hours Emergency Contact: Name: Tel. No.

    RFB 2021-01 Page 44 of 50

  • COMPANY IS:

    Corporation organized & existing under the laws of the State of _______________________

    Partnership consisting of ______________________________________________________

    Individual trading as __________________________________________________________

    Principal offices are in the city of ________________________________________________

    RFB 2021-01 Page 45 of 50

  • The following information applies ONLY to an awarded Respondent

    Certificate of Interested Parties (Form 1295)

    In 2018, the Texas Legislature adopted House Bill 1295, which added Section 2252.908 to the Government Code. The law states that a government entity may not enter certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity. The disclosure of interested parties will be submitted online via Form 1295 and must be submitted to the governmental entity prior to any signed contract.

    The Filing Process:

    1. Respondent will be required to log in the Texas Ethics Commission, https://www.ethics.state.tx.us/filinginfo/1295/ and fill out the Electronic Filing Application. Contract Number should be the Bid Number and Bid Title or Designated Internal Number.

    2. Once submitted, the system will generate an electronic Form 1295 displaying a “Certificate Number.” Respondent must print and sign Form 1295.

    3. Within ten (10) business days from notification of pending award by the Lake Worth Purchasing Department, the completed Form 1295 must be submitted to the City of Lake Worth.

    4. Respondent will need to repeat this process and obtain a separate Form 1295 each time they enter into a new contract, renew a contract or make modification and/or amendments to a Lake Worth contract.

    Instructions and information are available at: https://www.ethics.state.tx.us/filinginfo/1295/ or you may call the Texas Ethics Commission at (512) 462-5800

    BY SIGNING ON THE “COMPLIANCE PAGE” RESPONDENT AGREES TO ADHERE TO HB 1295 REFERENCED ABOVE.

    RFB 2021-01 Page 46 of 50

    https://www.ethics.state.tx.us/filinginfo/1295/https://www.ethics.state.tx.us/filinginfo/1295/

  • COMPLOANCE WITH FEDERAL AND STATE LAWS

    CERTIFICATION OF ELIGIBILITY

    By submitting a bid in response to this solicitation, the Respondent certifies that at the time of submission, they are not on the Federal Government’s list of suspended, ineligible, or debarred entities.

    In the even of placement of the list between the time of bid submission and time of award, the Respondent will notify the Lake Worth Purchasing Coordinator. Failure to do so may result in termination of the contract for default.

    RELATING TO STATE CONTRACT WITH AAND INVESTMENTS IN COMPANIES THAT BOYCOTT ISREAL AND INVESTMENTS IN COMPANIES THAT DO BUSINESS WITH IRAN, SUDA, OR ANY KNOWN FOREGIN TERROSIST ORGANIZATION.

    Bidder verifies that they do not boycott Israel and will not boycott Israel in accordance with Texas Government Code Sections 2270.001(2) and 808.001 during the term of this contract. Bidder further verifies that they are not engaged in business with Iran, Sudan, or any foreign terrorist organization. The term “foreign terrorist organization” means an organization designated as foreign terrorist organization by the Unity State Secretary of State as authorized by 8 U.S.C Section 1189.

    DISCLOSURE OF INTERSTED PARTIES

    The law states that a governmental entity may not enter certain contract with a nonexempt business entity unless the business entity submits a disclosure of interest parties to the governmental entity. By submitting a Bid response to this solicitation, the Bidder agrees to comply with HB 1295, Government Code 2252.908. Bidder agrees to provide Purchasing Coordinator for the City of Lake Worth, and/or requesting department, the “Certificate of Interested Parties,” Form 1295 as required, within ten (10) dates from notification of pending award, renewal, amended or extended contract.

    Signature: Authorized Representative

    RFB 2021-01 Page 47 of 50

  • Have you provided all requested items, signed your Bid and/or you Addendum?

    If not, the Bid will be rejected.

    RFB 2021-01 Page 48 of 50

  • DEFICIENCIES AND DEVITIONS FORM

    The following is a listing of ALL deficiencies and deviations from the requirements and / or provisions as outlines in this Request of Bid. Unless specifically listed here, your response will be in FULL compliance with the RFB. Respondent assumes the responsibility of identifying all deficiencies and deviations and if not identified, all requirements of the RFB stipulated must be fulfilled at no additional expense to the Lake Worth.

    RFB 2021-01 Page 49 of 50

  • Asbestos Abatement RFB 2020-08

    BASE BID

    Material Quantity Unit Price Total

    CMU BLOCK TEXTURE 6,624 SF

    FLOOR TILE ONLY 2,756 SF

    SHEETROCK WALL TEXTURE 2,798 SF

    PLASTER CEILING TEXTURE 704 SF

    CERAMIC FLOOR TILE 160 SF

    PIPE INSULATION 350 LF

    TOTAL

    ALTERNATE BID

    Material Quantity Unit Price Total

    NON-ACM TILE GRID REMOVAL TO DUMPSTER

    4,262 SF

    NON-ACM BUILDING CONTENTS TO DUMPSTER

    DEMOLITION OF BUILDING AND REMOVAL OF DEBRIS

    TOTAL

    Signature Date

    Company

    RFB 2021-01 Page 50 of 50

    2020.08 Calendar.pdfBinder1.pdfRFB 2020.08 Asbestos Abatement .pdf20-174_Lake Worth_3501 Roberts Cut Off_Spec.pdf20-174_Lake Worth_3501 Roberts Cut Off_Spec.pdf20-148_2nd_2020.0B-04967.coc.PDF20-148_2nd_2020.0B-04967.F002.pdf