EXHIBIT A SCOPE OF WORK

Similar documents
Issued: Thursday, October 15, City of Grand Blanc, 203 E. Grand Blanc Road, Grand Blanc, MI 48439, Attn: Bethany Smith, City Clerk

TEXAS DEPARTMENT OF TRANSPORTATION INSPECT, SAMPLE, AND TEST FOR ASBESTOS CONTAINING MATERIAL AND MONITOR ABATEMENT PROJECTS PUBLICATION

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

Salida School District, R-32-J Central Administration Office 310 East 9 th Street Salida, Colorado 81201

SECTION 3 POLICY & PROGRAM

HS16 Asbestos Management

REQUEST FOR PROPOSAL FOR PAY FOR SUCCESS CONSULTANT SERVICES

FLORIDA DEPARTMENT OF TRANSPORTATION

Title 24: Housing and Urban Development

2012/2013 ST. JOSEPH MERCY OAKLAND Pontiac, Michigan HOUSE OFFICER EMPLOYMENT AGREEMENT

Issued by the: Economic Development Corporation of the City of Detroit. Issued on: January 24, 2018

Regional Innovation Training Funds

REQUEST FOR QUALIFICATIONS TO PROVIDE PROFESSIONAL ENGINEERING SERVICES CITY OF DADE CITY, FLORIDA. CLOSING DATE: September 19, :00 p.m.

Associated with the District s Measure A Bond Program and Facilities Improvement Projects

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

City of Tamarac Community Development Department Housing Division Section 3 Plan

RULES OF UNIVERSITY OF FLORIDA. 6C Finance and Administration; Purchasing, Sponsored Research Exemptions

SECTION HAZARDOUS MATERIALS HEALTH AND SAFETY PLAN

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

In consideration of the mutual covenants and promises contained herein, the parties agree as follows:

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

Uniform Bid Process and Contractor Relations

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK

SECOND REQUEST FOR PROPOSALS. for

GUIDELINES FOR BUSINESS IMPROVEMENT GRANT PROGRAM BY THE COLUMBUS COMMUNITY & INDUSTRIAL DEVELOPMENT CORPORATION

RESIDENT PHYSICIAN AGREEMENT THIS RESIDENT PHYSICIAN AGREEMENT (the Agreement ) is made by and between Wheaton Franciscan Inc., a Wisconsin nonprofit

REQUEST For QUALIFICATIONS (RFQ) REAL ESTATE PROFESSIONAL SERVICES

Grant Seeking Grant Writing And Lobbying Services

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

RESOLUTION NUMBER 2877

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

REQUEST FOR PROPOSALS

FUNDING AGREEMENT FOR SECTION 5317 NEW FREEDOM PROGRAM GRANT FUNDS

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

REQUEST FOR PROPOSALS FOR PAY FOR SUCCESS EVALUATION DESIGN. National Kidney Foundation of Michigan s Diabetes Prevention Program

City of Jacksonville, Alabama Public Square Overlay District. Façade Improvement Program APPLICATION AND AGREEMENT

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

EXHIBIT A SPECIAL PROVISIONS

MEMORANDUM July 17, 2017

Request for Qualifications Construction Manager

REQUEST FOR PROPOSAL Comprehensive Disaster Recovery, Financial and Grant Management Support, and Pre-Disaster Cost Recovery Planning Services

REQUEST FOR PROPOSAL COVER SHEET

Florida Department of Economic Opportunity. Florida New Markets Development Program. Tax Credit Allocation Application

State of Florida Department of Transportation

Multi-Purpose Paper Bid No. PR10-B14

REQUEST FOR GRANT APPLICATIONS FOR WALK, RIDE, AND ROLL TO SCHOOL MINI-GRANT PROGRAM

REGISTERED DIETITIAN

Request for Proposal: Independent Audit Services

CITY OF EL CENTRO. Community Services Department, Economic Development Division

Dakota County Technical College. Pod 6 AHU Replacement

Automatic License Plate Recognition System for the Police Department

The Pharmacy and Pharmacy Disciplines Act SASKATCHEWAN COLLEGE OF PHARMACY PROFESSIONALS REGULATORY BYLAWS

COMPLIANCE WITH THIS PUBLICATION IS MANDATORY

ASBESTOS ABATEMENT AND DEMOLITION/RENOVATION NOTIFICATION FORM

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

Creating Community Solutions September 15, 2017

Agency of Record for Marketing and Advertising

Arizona Department of Education

KELLER INDEPENDENT SCHOOL DISTRICT

Fort Bend Independent School District. Small Business Enterprise Program Procedures

NAS Grant Number: 20000xxxx GRANT AGREEMENT

DEKALB COUNTY GOVERNMENT

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

Unregulated Heating Oil Tank Program Guidance

Manufacturer Job Creation and Investment Program

RFP No North Central Florida Regional Planning Council 2009 NW 67th Place Gainesville, FL

NYS HOME Local Program Section 3 Participation Policy

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

WHEREAS, the Transit Operator provides mass transportation services within the Madison Urbanized Area; and

Attachment B ORDINANCE NO. 14-

LIBRARY COOPERATIVE GRANT AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [Governing Body] for and on behalf of [grantee]

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

RULES AND REGULATIONS IMPLEMENTING THE FIRST SOURCE HIRING ORDINANCE

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF ENVIRONMENTAL PROTECTION BUREAU OF MINE SAFETY COAL MINE RESCUE TEAM AGREEMENT

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Housing Authority of the City of Decatur REQUEST FOR PROPOSAL (RFP) NO. GA ENERGY AUDIT

Medical Records Chapter (1) The documentation of each patient encounter should include:

ADDENDUM No. 1 REQUEST FOR PROPOSALS: AGENCY OF RECORD FOR MARKETING & ADVERTISING. DATE: September 3, 2015

BID # 16-5 EMERGENCY ASBESTOS, LEAD & MOLD REMEDIATION SECTION "C" TECHNICAL SPECIFICATIONS OWNER

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

Request for Qualifications

City of Malibu Request for Proposal

BID # Hunters Point Community Library. Date: December 20, Invitation for Bid: Furniture & Shelving

Instructions to Bidders Asbestos Abatement

HOME Investment Partnerships Program

Work Type Definition

OWENS STATE COMMUNITY COLLEGE COMMERCIAL REALTOR SERVICES REQUEST FOR PROPOSALS

Appendix B-1. Feasibility Study Task Order Template

Request for Qualifications to Certify Qualified Providers for the Arkansas Energy Performance Contracting Program

3. Mission. To publish instructions for the conduct, recordkeeping, and reporting of the Asbestos Control Program.

Transcription:

EXHIBIT A SCOPE OF WORK Asbestos Abatement Services for the Florida Department of Transportation FM 227775-1 / State Road 7 (SR-7) from Fillmore Street to South of Stirling Road Hollywood, Broward County, Florida 1.0 INTRODUCTION Asbestos abatement services are required for Item/Segment No. 227775-1, which is the SR-7 project from Fillmore Street to South of Stirling Road, Hollywood, Broward County, Florida. The Florida Department of Transportation, hereinafter referred to as Department, desires asbestos abatement services on an as-needed basis for response to situations that will require asbestos removal activities. Vendor understands and agrees the awarding of this contract does not necessarily grant the performance of any specific work. This is a non-exclusive agreement and, in the event the Department determines it to be in the Department s best interest, any or all work as defined in this contract within the county listed below may be awarded by the Department to other vendors. The purpose of the asbestos abatement and related activities is to remove certain asbestos containing materials (ACM) from the buildings acquired or to be acquired by the Department on the 227775-1 project. These facilities shall have been surveyed for the presence of ACM. The Department will provide a Project Manager for administering the terms of this Agreement. In the Project Manager s absence, the Department shall authorize another individual to perform Project Manager duties. Vendor will need to coordinate with the Department s asbestos consultant regarding the date that abatement is to begin, since the asbestos consultant shall be responsible for monitoring the abatement. Additionally, the Department has contracted with a Right of Way (R/W) Consultant on this project and Vendor shall coordinate all activities with the R/W Consultant designated by the Department. 2.0 STANDARDS AND WORK ASSIGNMENT Asbestos abatement activities are to be conducted by an asbestos abatement Vendor licensed pursuant to Sections 469.001 through 469.014, Florida Statutes (F.S.) (proof of license must accompany bid). Asbestos abatement shall be in accordance with the National Emission Standards for Hazardous Air Pollutants (NESHAP), 40 Code of Federal Regulations (CFR) Part 61, Subpart M; Occupational Safety and Health Administration Page 1 of 6

(OSHA) 29 CFR 1910.1001 and 1926.1101; U.S. Department of Transportation 49 CFR 171 and 172 Hazardous Material Regulations and all updates thereto; and recommendations made by the Florida Department of Environmental Protection (FDEP) or its designated authority. Specifications for abatement shall be provided to Vendor prior to such time as a notice to commence work is delivered to Vendor. 2.1 The Department shall request Vendor services on an as-needed basis. Services to be provided by Vendor under this agreement shall be initiated and completed as directed by the Department or the Department s authorized representative for each facility assigned under this agreement. Individual facilities shall be assigned by a Letter of Authorization (LOA). No work shall be commenced by Vendor until receipt of the LOA. 2.2 Vendor shall accomplish all work in accordance with Department procedures and all applicable local, state and federal regulations, including but not limited to Sections 469.001-469.014, F.S.; 40 CFR Part 61, Subpart M (NESHAP); 40 CFR Part 763 (AHERA); Rule 60A-1.016, Florida Administrative Code (F.A.C.); Rule 62-257, F.A.C.; Rule 62-701.520, F.A.C.; 29 CFR Parts 1910, 1915, 1917, and 1926 (OSHA); and 49 CFR Parts 390 through 397 (USDOT). Vendor is required to submit all pre- and post-job submittals to the Department s asbestos consultant. 2.3 Removal work of ACM hereby agreed to be performed by Vendor licensed pursuant to Sections 469.001 through 469.014, F.S., shall not begin prior to receiving a notice to proceed from the Department. All work shall be completed within the time specified in each LOA from the Department. 2.4 Vendor will furnish all labor, equipment, supplies, and expertise as necessary to carry out this agreement. 2.5 Vendor will, at its own expense, obtain all required permits from the city, county, state, or other public authority. 2.6 Exhibit "E" attached hereto and made a part hereof, is the Schedule of Prevailing Wage Rates for Mechanics and Laborers on Construction for Federal Aid projects. This exhibit provides the federal mandate, by county, of the prevailing hourly wage rates. No payment shall be made to Vendor pursuant to the terms of this Agreement until such time as all work required to be performed under this agreement is complete. Further, no payment shall be made to Vendor until such time as the Department receives a copy from Vendor of the waste shipment record received and signed by the disposal waste site owner or operator. All construction contracts exceeding $2,000 on federal-aid participation jobs are subject to provisions of the Davis-Bacon Act, Page 2 of 6

29 CFR Parts 1, 3 and 5. Vendor shall comply with applicable provisions of federal-aid construction contracts, FHWA 1273, Exhibit "F" (attached). 2.7 Vendor shall carry and keep in force during the period of this Agreement a general liability insurance policy or policies with a company or companies authorized to do business in Florida, affording public liability insurance with combined bodily injury limits of at least $1,000,000 per person and $1,000,000 each occurrence, and property damage insurance of at least $100,000 each occurrence, for the services rendered in accordance with this Agreement. Such liability insurance shall have a pollution endorsement against claims or claim expenses arising from any abatement project. 2.8 Vendor shall have and maintain during the period of this Agreement a professional liability insurance policy or policies or submittal of proof of membership of the Professional Liability Risk Management Trust Fund, or an irrevocable letter of credit established pursuant to Chapter 675 and Section 337.106, F.S., with a company or companies authorized to do business in Florida, affording professional liability coverage for the professional services to be rendered in accordance with this Agreement in the amount of $1,000,000. Vendor shall maintain professional liability coverage for a minimum of three (3) years after completion of the services rendered. 2.9 Any subcontractor performing asbestos abatement services must meet all requirements for qualification of a licensed asbestos abatement contractor pursuant to Sections 469.001 through 469.014, F.S. before performing any work under this contract. 2.10 Vendor certifies that it and its principals are not presently debarred, suspended, proposed for debarment, declared negligible or voluntarily excluded from covered transactions by any federal department or agency and it has not been convicted or had civil judgment rendered in the past three (3) years. 3.0 SUPERVISORY PERSONNEL Vendor shall provide at least one on-site representative, who is the competent person as defined in 29 CFR Part 1926.1101(b). Evidence that the required training has been completed shall be posted and made available for inspection at the work site. 4.0 SUBCONTRACTS Any subcontractor performing asbestos abatement services must meet all requirements for qualification of a licensed asbestos abatement contractor pursuant to Sections 469.001 through 469.014, F.S. before performing any work under this contract. Page 3 of 6

5.0 EQUIPMENT AND LABOR Vendor shall furnish all properly trained workers and supervisory personnel, equipment, supplies, and pre- and post-job submittals, such as daily reports, FDEP and local governmental notifications, training certificates, physician statements, waste shipment records, personnel air monitoring records, etc., in meeting the requirements of this contract. Vendor may sublet a portion of the work, but shall perform with his own organization work amounting to not less than 40% of the total Agreement amount. Vendor shall execute all agreements to sublet work in writing and include all pertinent provisions and requirements of the Agreement. Upon request, Vendor shall furnish the Department with a copy of the subcontract. The subletting of work does not relieve Vendor or the surety of their respective liabilities under the Agreement. The Department recognizes a subcontractor only in the capacity of an employee or agent of Vendor, and the Project Manager may require Vendor to remove the subcontractor as in the case of an employee. 6.0 PERMITS Vendor shall, at its own expense, obtain all required permits from the city, county, state, or other public authority. 7.0 NOTIFICATIONS Check the appropriate box: [ ] Vendor shall provide the original notice required by 40 CFR Part 61, Subpart M (NESHAP), as well as any and all revisions, via certified mail, return receipt or via e-mail with verification of receipt. [ ] The Department or the Department s authorized representative shall provide the notice required by 40 CFR Part 61, Subpart M (NESHAP). If the first box is checked above, proof of timely and proper delivery of the NESHAP notice by certified mail or e-mail must be submitted to the Department s Project Manager within five (5) business days of such delivery. 8.0 MINIMUM NOTIFICATION REQUIREMENT Regardless of what may be indicated by a representative of the agency responsible for asbestos oversight, ten (10) working days notice is the minimum that must be given. Page 4 of 6

Failure to comply with this requirement will be considered to be non-performance and may result in cancellation of this Agreement. 9.0 EMERGENCY NOTIFICATIONS In the event Vendor encounters material on the site defined below as Type I and/or Type II conditions, Vendor shall immediately stop work in the area affected and report the condition, in writing, to the Department as well as to the Department s asbestos consultant who developed the specifications for removal. The work in the affected area shall not thereafter be resumed except by written direction by the Project Manager or the Department s asbestos consultant referred to herein. In the event either party is required to provide such written notice, notice shall be delivered by Vendor within twenty-four (24) hours of identification of such differing site conditions. The Project Manager shall then provide written notice to Vendor within the next business day as to whether or not to resume such work. The LOA may be extended for a reasonable period of time as determined by a representative of the Department upon the representative s inspection of the subject parcel. This reasonable delay shall not then be construed as a delay or suspension pursuant to the contract, provided Type I and/or Type II conditions are determined to be present on the subject parcel by the representative of the Department. The differing site conditions are defined as follows: Type I - A condition that is at variance with the conditions indicated in the survey or specification documents, or conditions that differ materially from those indicated in the survey documents. Type II Unknown physical conditions at the site, of an unusual nature, that differ materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the survey or specification documents. 10.0 ABATEMENT OF ACM Under this contract, ACM shall be abated from structures acquired by the Department. The location and type of the ACM shall be identified in the asbestos survey report, which shall be provided to Vendor prior to the abatement. Vendor must comply with all local, state and federal regulations related to asbestos abatement and worker protection. Vendor must coordinate with the Department s asbestos consultant and prepare all pre-job and post-job submittals per the consultant s request. Vendor shall be responsible for completing the asbestos disposal form. Proper disposal of all ACM shall be the responsibility of Vendor, and compliance with all applicable OSHA requirements (29 CFR 1910.134 and 29 CFR 1926.58) is required. Page 5 of 6

11.0 DEPARTMENT RESPONSIBILITIES The Project Manager shall provide Vendor with available information relating to the facilities where abatement work is to be conducted. The Project Manager shall also be responsible for providing site access for each facility at the time abatement work is to be conducted. Abatement specifications shall be prepared by the Department s asbestos consultant for each facility in sufficient detail to fully describe all abatement activities and related matters. 12.0 COORDINATION WITH DEPARTMENT All aspects of each project shall be coordinated through the Project Manager. All authorizations and approvals shall be in writing and executed by the Project Manager prior to commencement of any work. Vendor will need to coordinate with the Department s asbestos consultant regarding the date that abatement is to begin, since the asbestos consultant shall be responsible for monitoring the abatement. The Project Manager shall also be responsible for providing site access for each facility at the time abatement work is to be conducted. 13.0 DAVIS-BACON ACT Vendor will comply with the regulations of the United States Department of Transportation relative to nondiscrimination in federally-assisted programs of the United States Department of Transportation (49 CFR Part 21, hereinafter referred to as the Regulation, and 41 CFR Part 60), which are herein incorporated by reference and made a part of this Agreement. Vendor further agrees to comply with all provisions of the Davis-Bacon Act, 29 CFR Parts 1, 3 and 5. 14.0 MOTOR VEHICLES Vendor shall provide a notarized affidavit stating all motor vehicles he/she operates or causes to be operated are registered in compliance with Chapter 320.F.S Page 6 of 6