REQUE EST FOR P PROPOSA ALS

Transcription

REQUE EST FOR P PROPOSA ALS
REQUEEST FOR PROPOSA
ALS
BROWNFIELDS
R
S CLEANUP: ASBESTOSS AND LEAD
D PAINT AB
BATEMENT
Bid Pack
k
TABLE OF CON
NTENTS
Part 1 (submit to RDA))
dders
1.1 Insttructions to Bid
1.2 La Uniform Public Bid Form
1.3 Bid
dder’s Organizzation
1.4 Co
orporate Resolution
1.5 Bid
d Bond 1.6 Un
nit Price Bid Form 1.7 Staatement of Qualifications Part 2 (retain for your records)
otice to Contra
actors
2.1 No
2.2 La Uniform Publiic Bid Form
2.3 Bid
dder’s Organizzation
2.4 Co
orporate Resolution
2.5 Bid
d Bond
2.6 Uniit Price Bid Form
2.7 Spe
ecial Provision
ns
2.8 Sum
mmary of Work
2.9 Ge
eneral Specific
cations
2.10 Sa
ample Agreem
ment
FORRMER ENTERRGY POWERR GENERATIO
ON FACILITY
Y
150
09 GOVERRNMENT STRREET
BATON ROUG
GE, LOUISIANA
1. Pre-Bid
P
Site Walk:
W
June 1
19, 2014 – 2:00 PM – at 1509 Governm
ment Street
th
(entrance on
o 15 Street))
2. Bid
B Deadline
e: July 11, 20
014, 2:00 PM
M
3. Submit
S
“PARTT 1, SUBMITTA
ALS” only ass your bid an
nd proposal.
4. Retain
R
“PARTT 2, SPECIAL PROVISIONSS AND CONTRACT DOCUM
MENTS” for your
y
records.
r
EASTT BATON ROUGEE REDEVELOPMEENT AUTHORITYY
801 North
N
Bouleva
ard
Suite
e 200
Bato
on Rouge, LA 70802
(225) 387-5606 Voice
e
(225) 387-0780 Fax
TABLE OF CONTENTS
Part 1 Submittals ....................................................................................................................................... 3 1.1 Instructions to Bidders ................................................................................................................................... 3 1.2 Louisiana Uniform Public Work Bid Form ...................................................................................................... 4 1.3 Bidder’s Organization .................................................................................................................................... 5 1.4 Corporate Resolution ..................................................................................................................................... 6 1.5 Bid Bond ......................................................................................................................................................... 7 1.6 Unit Price Bid Form ........................................................................................................................................ 8 1.7 Statement of Qualifications ......................................................................................................................... 13 Part 2 Special Provision and Contract Documents ..................................................................................... 14 2.1 Notice to Contractors .................................................................................................................................. 16 2.2 Louisiana Uniform Public Work Bid Form .................................................................................................... 17 2.3 Bidder’s Organization .................................................................................................................................. 18 2.4 Corporate Resolution ................................................................................................................................... 19 2.5 Bid Bond ....................................................................................................................................................... 20 2.6 Unit Price Bid Form ...................................................................................................................................... 21 2.7 Special Provisions ........................................................................................................................................ 26 2.8 Summary of Work ........................................................................................................................................ 31 2.9 General Specifications ................................................................................................................................. 39 2.10 Sample Agreement .................................................................................................................................... SA 2.11 Performance and Payment Bond .............................................................................................................. AG Appendices ............................................................................................................................................................ Appendix A .................................................................................................... Asbestos Abatement Specifications Appendix B .................................................................................. Specifications for Lead Based Paint Abatement Appendix C ............................................. Selected Pages from Previous Asbestos and Lead Paint Survey Report P
Page 3 of 45
EAST BA
ATON ROUG
GE REDEVEL
LOPMENT A
AUTHORITY
801 NOR
RTH BOU
ULEVARD
D
BATON ROU
UGE, LOU
UISIANA
A 70802
PART
P
T1
SU
UBMITT
TALS
FOR
BRO
OWNFIE
ELDS CLEANUP - East B
Baton Ro
ouge Re
edevelop
pment
Authority
A
y, A.K.A. “the RDA”
at 1509 GOVERNMN
G
NET STREE
ET, BATON
N ROUGE, L
LA
BID DEADLIN
D
NE DATE
E: July 11, 2014
4
BID
D DEADL
LINE TIM
ME:
2:0
00 PM
1.1 INSTRU
UCTIONS TO BIDDE
ERS
1.
Submit
S
“PA
ART 1, SUB
BMITTALS
S” only as yyour bid aand proposaal.
 Inclu
ude pages 4 through 12
1
 Inlcu
ude Statemeent of Qualifications describedd in Sectionn 1.7 (p. 133)
2. Retain
R
“PA
ART 2, SPE
ECIAL PRO
OVISIONS AND CON
NTRACT D
DOCUMEN
NTS”
for your recordss.
Page 4 of 45 1.2 LOUISIANA UNIFORM PUBLIC WORK BID FORM
TO: East Baton Rouge Redevelopment Authority
c/o James Andermann
801 North Blvd, Suite 200
Baton Rouge, LA 70802
BID FOR: Brownfields Cleanup
at Former Entergy Power Generation Site
1509 Government Street
Baton Rouge, LA
The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding
Documents, b) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any
addenda, c) has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools,
appliances and facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion
of the referenced project, all in strict accordance with the Bidding Documents prepared by: East Baton Rouge Redevelopment
Authority.
Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA:
No.
Dated:
No.
Dated:
No.
Dated:
No.
Dated:
No.
Dated:
No.
Dated:
TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices* but not alternates) the
sum of:
Dollars
ALTERNATES: For any and all work required by the Bidding Documents for Alternates.
($
)
Alternate No. 1 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:
Dollars
($
)
Alternate No. 2 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:
Dollars
($
Alternate No. 3 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:
)
Dollars
($
)
NAME OF BIDDER:
ADDRESS OF BIDDER:
LOUISIANA CONTRACTOR’S LICENSE NUMBER:
NAME OF AUTHORIZED SIGNATORY OF BIDDER:
TITLE OF AUTHORIZED SIGNATORY OF BIDDER:
SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER **:
DATE:
* The Unit Price Form shall be used if the contract includes unit prices. Otherwise it is not required and need not be included with the form. The number of unit prices
that may be included is not limited and additional sheets may be included if needed.
** If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for
submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with
La. R.S. 38:2212(A)(1)(c) or RS 38:2212(O) .
BID SECURITY in the form of a bid bond, certified check or cashier’s check as prescribed by LA RS 38:2218.A is attached to and made a part of this bid.
Page 5 of 45 1.3 BIDDER’S ORGANIZATION
AN INDIVIDUAL
(If the bid is by a joint venture all parties to the bid must complete this form)
BIDDER IS:
Individual's Name:
Doing business as:
Address:
Telephone No.:
E-Mail Address:
Fax No.:
Cell No:
Fax No.:
Cell No:
Fax No.:
Cell No:
A PARTNERSHIP
Firm Name:
Address:
Name of person authorized to sign:
Title:
Telephone No.:
E-Mail Address:
A LIMITED LIABILITY COMPANY
Company Name:
Address:
Name of person authorized to sign:
Title:
Telephone No.:
E-Mail Address:
A CORPORATION
IF BID IS BY A CORPORATION, THE CORPORATE RESOLUTION MUST BE SUBMITTED WITH BID.
Corporation Name:
Address:
State of Incorporation:
Name of person authorized to sign:
Title:
Telephone No.:
E-Mail Address:
Fax No.:
Cell No:
Page 6 of 45 1.4 CORPORATE RESOLUTION
A meeting of the Board of Directors of
,a
Corporation organized under the laws of the State of
, was held this
day of
and domiciled in
, 2014, and was attended by a quorum of the
members of the Board of Directors.
The following resolution was offered, duly seconded and, after discussion, was unanimously adopted by said
quorum:
BE IT RESOLVED, that
is hereby authorized to submit proposals and
execute agreements on behalf of this corporation with the East Baton Rouge Redevelopment Authority.
BE IT FURTHER RESOLVED, that said authorization and appointment shall remain in full force and
effect, unless revoked by resolution of this Board of Directors and that said revocation will not take effect until
the East Baton Rouge Redevelopment Authority, shall have been furnished a copy of said resolution, duly
certified.
I,
, hereby certify that I am the Secretary of
, a corporation created under the laws of the State of
domiciled in
; that the foregoing is a true and exact copy of a
resolution adopted by a quorum of the Board of Directors of said corporation at a meeting legally called and held
on the
day of
, 20
the Board of Directors in my possession. This
Secretary
, as said resolution appears of record in the Official Minutes of
day of , 2014.
Page 7 of 45 1.5 BID BOND
(Required for Bids Over $25,000)
That we, the undersigned,
, as
Principal (Bidder), and
as
Surety, are hereby held and firmly bound unto East Baton Rouge Redevelopment Authority as Owner, in the penal sum of
five percent (5%) of the amount bid for the payment of which, well and truly to be made, we hereby jointly and severally
bind ourselves, successors and assigns.
The Condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain Bid,
attached hereto and hereby made a part hereof to enter into an Agreement in writing, for :
BROWNFIELDS CLEANUP – FOREMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
NOW THEREFORE,
(a) If said Bid shall be rejected, or in the alternative,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached
hereto (properly completed in accordance with said Bid) and shall furnish bonds for his faithful performance of said
Contract and for furnishing materials in connection therewith and shall in all other respects perfect the Agreement created by
the acceptance of said Bid,
then this obligation shall be void; otherwise the same shall remain in force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no
way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety
does hereby waive notice of any extension.
IN WITNESS WHEREOF, Said Principal and Surety have hereunto set their hands and seals, this
, 2014.
PRINCIPAL (BIDDER)
SURETY
Address
Address
By
By
Typed Name & Title
Typed Name & Title
day of
Page 8 of 45 1.6 Unit Price Form - BASE BID
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
General
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
N/A
1
Lump Sum
DESCRIPTION:
UNIT PRICE
$
(Quantity X Unit Price)
.
$
.
Kickoff and public meetings
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
N/A
1
Lump Sum
UNIT PRICE
$
(Quantity X Unit Price)
.
$
.
Mobilization and demobilization, preparation, site controls, and all costs not
specifically included as a separate bid item.
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
N/A
1
Lump Sum
UNIT PRICE
$
(Quantity X Unit Price)
.
$
.
Reporting: prepare documentation of remedial action activities, description of
volume and final disposal location of wastes, waste manifests, etc.
DESCRIPTION:
Asbestos Abatement
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1
760
square foot
UNIT PRICE
$
(Quantity X Unit Price)
.__
.__
Abate flooring tiles/mastic identified as containing asbestos.
DESCRIPTION:
BUILDING No.
QUANTITY
1
5,900
DESCRIPTION:
UNIT PRICE EXTENSION
UNIT OF MEASURE:
UNIT PRICE
(Quantity X Unit Price)
$
.__
square foot
Abate skim coat identified as containing asbestos.
QUANTITY
UNIT OF MEASURE:
1
500
linear foot
$
.__
UNIT PRICE EXTENSION
BUILDING No.
UNIT PRICE
$
(Quantity X Unit Price)
.__
$
.__
Abate exterior window caulking identified as containing asbestos.
DESCRIPTION:
BUILDING No.
$
QUANTITY
(1)
UNIT PRICE EXTENSION
UNIT OF MEASURE:
UNIT PRICE
(Quantity X Unit Price)
Total of the Unit Price extensions must be entered on the Louisiana Uniform Public Bid Form furnished herein
Page 9 of 45 1.6 Unit Price Form - BASE BID
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
1
2,260
square foot
$
.
$
Abate silver roof flashing identified as containing asbestos.
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
6,000
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
5,470
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate floor tile/mastic identified as containing asbestos (a portion of this tile is
overlain by carpeting).
DECRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
500
linear foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate 4”-6” thermal system insulation (TSI) identified as containing asbestos.
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
1,344
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate cementitious roofing panels (a.k.a. Transite®) identified as containing
asbestos. (1)
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
1,000
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate black roof flashing identified as containing asbestos.
DESCRIPTION:
(1)
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
1
Lump Sum
DESCRIPTION:
.
Abate floor leveler beneath carpeting identified as containing asbestos.
DESCRIPTION:
.
(1)
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate under-sink coating identified as containing asbestos or dispose of sink.
Total of the Unit Price extensions must be entered on the Louisiana Uniform Public Bid Form furnished herein
Page 10 of 45 1.6 Unit Price Form - BASE BID
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
3
750
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate floor tile/mastic identified as containing asbestos.
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
3
50
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate roof seam mastic identified as containing asbestos. (1)
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
3
1,000
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate black roof flashing identified as containing asbestos.
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
7
3
Lump Sum
(1)
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Remove window with exterior and interior glazing identified as containing
asbestos
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
N/A
TBD
Tons(2)
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Transport to and dispose of asbestos waste at an LDEQ-approved disposal
facility asbestos waste.
DESCRIPTION:
Lead –Based Paint Abatement
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1&2
TBD(3)
square foot
DESCRIPTION:
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Prepare and paint/encapsulate surfaces painted with lead based paint.
Preparing includes scraping, cleaning, removing loose or flaking primer and
paint. Encapsulating includes painting or applying an encapsulant
Total of the Unit Price extensions must be entered on the Louisiana Uniform Public Bid Form furnished herein
Page 11 of 45 1.6 Unit Price Form - BASE BID
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1&2
TBD(3)
square foot
DESCRIPTION:
UNIT PRICE
$
.
(Quantity X Unit Price)
$
Remove paint, e.g. stripping, sandblasting, dry ice blasting (option in lieu of
prepping and painting/encapsulating).
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1
TBD(3)
cubic yard
.
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Remove debris and solid waste accumulations in areas where lead paint chips
have fallen and mixed into accumulations.
DECRIPTION:
BUILDING No.
QUANTITY
N/A
1
UNIT PRICE EXTENSION
UNIT OF MEASURE:
Lump Sum
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Waste characterization sampling and analysis. Includes subcontracted
analytical costs for parameters required by disposal facility and completion of
related waste profile documentation.
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
N/A
TBD
Tons(2)
DESCRIPTION:
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Transport to and dispose of lead paint waste at an LDEQ-approved disposal
facility asbestos waste.
Other Environmental Issues
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1
3
cubic yard
DESCRIPTION:
UNIT PRICE
$
.
(Quantity X Unit Price)
$
Remove and dispose of avian fecal matter, as encountered.
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1
TBD(3)
square foot
DESCRIPTION:
.
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Remove and dispose of mold-impacted building materials.
Total of the Unit Price extensions must be entered on the Louisiana Uniform Public Bid Form furnished herein
Page 12 of 45 1.6 Unit Price Form - BASE BID
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1
TBD(3)
square foot
DESCRIPTION:
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Clean and disinfect surfaces impacted by avian feces and/or mold.
GRAND TOTAL (BASE BID)
$
.
NOTES:
1
Item requires discussion between CONTRACTOR and the RDA prior to implementation due to
potential of disturbing building envelope.
2
The pay units for tons are to be determined by the scales and documentation provided at the receiving
disposal or recycling facility. If scale measurement is not available suggest alternative pay unit.
3
Quantity to be determined by bidder by reviewing previous lead paint survey report and by
observations and measurements made during pre-bid site walk.
ANALYTICAL LABORATORY
Contractor will submit all samples for analytical laboratory analysis to an LDEQ accredited laboratory. The
following laboratory has been selected to perform sample analyses necessary for this project:
WASTE DISPOSAL/RECYCLING FACILITIES
Paint removal (as required prior to painting or during removal of accumulated debris) and asbestos abatement
may require special disposal. The contractor will transport these special wastes generated as a result of this
project to the following disposal/recycling facilities:
Lead based paint waste Asbestos waste Other, as needed Other, as needed -
Total of the Unit Price extensions must be entered on the Louisiana Uniform Public Bid Form furnished herein
Page 13 of 45 1.7 STATEMENT OF QUALIFICATIONS
Attach to bid form a Statement of Qualifications (SOQ) which shall include the following:
1. Scope of Services Section:
o Clearly describe technical approach to completing the Scope of Work described in Sections 2.3
through 2.5. The technical approach should allow for multiple implementation strategies (i.e.
contingencies) in the event that the initial approach proves impractical, unsafe for workers and/or the
public, or cost-prohibitive based on site conditions.
o Clearly describe the management approach for the project, including, but not limited to, the
supervision of contractor and subcontractor personnel, management of the health and safety of
workers and the public, communication between the contractor and the RDA, and preparation and
submission of submittals.
o The bidder’s Scope of Services should be presented in as much detail as deemed necessary by the
bidder. An unsupported statement that the bidder will comply with all the requirements of this
solicitation is not acceptable.
2. Personnel Qualifications and Experience
o The qualifications and experience of key personnel should be described. In addition to this
description, resumes, (no more than two (2) pages in length per resume) may be included. The RDA
will not consider experience that is not relevant to the scope of work. It is not necessary or desired
that qualifications of laborers be included other than applicable certifications and licenses necessary
for the completion of the scope of work.
3. Company Qualifications and Experience
o The bidder should describe the company’s qualification and experience that are relevant to the scope
of work. The RDA will not consider experience that is not relevant to the scope of work. Each
bidder should describe project undertaken within the past three (3) years.
4. Two references from previous relevant work, including name, company, and contact info of reference
person
The SOQ section should not exceed ten (10) 8.5-inches by 11-inch pages in length. SOQs submitted that are greater
than 10 pages in length will not be disqualified; however, any pages after the tenth shall be discarded prior to the
bid review process. Resumes will not be counted against the 10-page limit. The use of colored figures and diagrams
is discouraged as the SOQs will be photocopied in black and white at a low resolution.
Bidder’s responses to this RFP will be assessed on several criteria, including but not limited to unit prices,
proposed approach to scope of work, personnel qualifications including local experience, company qualifications
including local experience, and overall quality of proposal. Page 14 of 45 801
8 NORT
TH BOULEVARD
BATO
ON ROUG
GE, LOUIS
SIANA 700802
PA
ART 2
SP
PECIAL
L PROV
VISIONS
S
AND
CON
NTRAC
CT DOCU
UMENT
TS
FOR
BROWNFIE
ELDS CL
LEANUP - East Baton
B
Ro
ouge Re
edevelop
pment A
Authority
y,
A.K.A
A. “the R
RDA”
at
a 1509 GOV
VERNMNET
T STREET, BATON RO
OUGE, LA
BID DEA
ADLINE DATE: J
July 11, 2014
BID DEADLIN
D
NE TIME
E:
2:00 PM
INSTRUCTIONS TO B
BIDDERS
1.
SSubmit “P
PART 1, SU
UBMITTAL
LS” only ass your bid aand proposal.
2. R
Retain “PA
ART 2, SPE
ECIAL PR
ROVISIONS
S AND CO
ONTRACT D
DOCUME
ENTS”
for yoour record
ds.
ii Page 15 of 45 PART 2 TABLE OF CONTENTS
SECTION
2.1
Notice to Contractors
2.2
LA Uniform Public Work Bid Form
2.3
Bidder’s Organization
2.4
Corporate Resolution
2.5
Bid Bond
2.6
Unit Price Bid Form
2.7
Special Provisions
2.8
Summary of Work
2.9
General Specifications
2.10
Sample Agreement
Appendix A: Asbestos Abatement Specifications
Appendix B: Specification for Lead Based Paint Abatement
Appendix C: Previous Asbestos and Lead Paint Survey Report
Page 16 of 45 2.1 NOTICE TO CONTRACTORS
The East Baton Rouge Redevelopment Authority (RDA) will receive bids for the following project:
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMNET STREET, BATON ROUGE, LOUISIANA
PROJECT DESCRIPTION: The primary objective of the RDA’s Brownfields Program is to encourage and facilitate
the cleanup, redevelopment, and reuse of Brownfields properties in the City of Baton Rouge in a manner that fully
protects human health and the environment. This brownfields cleanup, supported by funds from the Louisiana
Department of Environmental Quality, will address and remediate asbestos containing material, lead based paint, mold,
and avian fecal matter at the Former Entergy Generating Facility located at 1509 Government Street, Baton Rouge,
Louisiana. Preliminary budget provisions for this scope of work are estimated at $185,000.00. The final award amount
will vary depending on rates provided in the bidder’s response and the actual quantity of cleanup performed.
Sealed bids will be received until 2:00 P.M. Local Time, Wednesday, July 11, 2014 by the RDA at 801 North Boulevard,
Suite 200, Baton Rouge, Louisiana.
Bids, amendments to bids, or request for withdrawal of bids, received after time specified for bid opening shall not be
considered for any cause whatsoever.
The bid is firm for a period of forty-five (45) days from the date of the opening of bids and no bid can be withdrawn for any
reason during this period of time.
Copies of the plans, specifications and contract documents are on file and must only be obtained from the RDA at 801 North
Boulevard, Suite 200, Baton Rouge, LA between the hours of 8:30 AM to 3:30 PM. Expenses for duplication shall be borne
by the bidder. Contact for these documents is James Andermann at 225-3879-5606.
All Contractors bidding on this work shall comply with all provisions of the State Licensing Law for Contractors, R.S.
37:2150-2163, as amended, for all public contracts. It shall also be the responsibility of the General Contractor to assure that all
subcontractors comply with this law. If required for bidding, Contractors must hold an active license issued by the State of
Louisiana Licensing Board for Contractors in the classification of Hazardous Materials or Specialty: Hazardous Material
Cleanup and Removal or Specialty: Hazardous Material Site Remediation or Specialty: Hazardous Material Treatment
and Removal and they or a sub-contractor must hold a license in Specialty: Lead Based Paint Abatement and Removal.
Contractors must show their license numbers on the face of the bid envelope. The RDA reserves the right to reject any and all
bids for just cause. In accordance with La. R.S. 38:2212 (A)(1)(b), the provisions and requirements of this Section, those
stated in the advertisement for bids, and those required on the bid form shall not be considered as informalities and shall not be
waived by any public entity.
If the bid is greater than $25,000.00, a Certified Check or Cashier's Check, payable to the East Baton Rouge Redevelopment
Authority or a satisfactory Bid Bond executed by the Bidder and an acceptable surety, in an amount equal to five percent (5%)
of the total bid, shall be submitted with each bid.
The Bidder is advised that the RDA is an Equal Opportunity Employer. Therefore the Bidder is encouraged to utilize minority
participation in this contract to the extent possible through the use of small, disadvantaged and women-owned businesses as
suppliers or subcontractors.
A non-mandatory pre-bid conference and site walk will be held at 2:00 PM, Thursday, June 19, 2014 at 1509
Government
Street, Baton Rouge, LA. Attendance at this site walk is highly encouraged as it may be necessary to obtain certain quantities
of bid items.
Page 17 of 45 2.2 LOUISIANA UNIFORM PUBLIC WORK BID FORM
TO: East Baton Rouge Redevelopment Authority
c/o James Andermann
801 North Blvd, Suite 200
Baton Rouge, LA 70802
BID FOR: Brownfields Cleanup
at Former Entergy Power Generation Site
1509 Government Street
Baton Rouge, LA
The undersigned bidder hereby declares and represents that she/he; a) has carefully examined and understands the Bidding Documents, b)
has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents or any addenda, c) has
personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, appliances and
facilities as required to perform, in a workmanlike manner, all work and services for the construction and completion of the referenced
project, all in strict accordance with the Bidding Documents prepared by: East Baton Rouge Redevelopment Authority.
Bidders must acknowledge all addenda. The Bidder acknowledges receipt of the following ADDENDA:
No.
Dated:
No.
Dated:
No.
Dated:
No.
Dated:
No.
Dated:
No.
Dated:
TOTAL BASE BID: For all work required by the Bidding Documents (including any and all unit prices* but not alternates) the sum
of:
Dollars
ALTERNATES: For any and all work required by the Bidding Documents for Alternates.
($
)
Alternate No. 1 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:
Dollars
($
)
Alternate No. 2 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:
Dollars
($
Alternate No. 3 (Owner to provide description of alternate and state whether add or deduct) for the lump sum of:
)
Dollars
($
)
NAME OF BIDDER:
ADDRESS OF BIDDER:
LOUISIANA CONTRACTOR’S LICENSE NUMBER:
NAME OF AUTHORIZED SIGNATORY OF BIDDER:
TITLE OF AUTHORIZED SIGNATORY OF BIDDER:
SIGNATURE OF AUTHORIZED SIGNATORY OF BIDDER **:
DATE:
* The Unit Price Form shall be used if the contract includes unit prices. Otherwise it is not required and need not be included with the form. The number of unit prices that
may be included is not limited and additional sheets may be included if needed.
** If someone other than a corporate officer signs for the Bidder/Contractor, a copy of a corporate resolution or other signature authorization shall be required for
submission of bid. Failure to include a copy of the appropriate signature authorization, if required, may result in the rejection of the bid unless bidder has complied with La.
R.S. 38:2212(A)(1)(c) or RS 38:2212(O) .
BID SECURITY in the form of a bid bond, certified check or cashier’s check as prescribed by LA RS 38:2218.A is attached to and made a part of this bid.
Page 18 of 45 2.3 BIDDER’S ORGANIZATION
(If the bid is by a joint venture all parties to the bid must complete this form)
BIDDER IS:
AN INDIVIDUAL
Individual's Name:
Doing business as:
Address:
Telephone No.:
Fax No.:
Cell No:
Fax No.:
Cell No:
Fax No.:
Cell No:
E-Mail Address:
A PARTNERSHIP
Firm Name:
Address:
Name of person authorized to sign:
Title:
Telephone No.:
E-Mail Address:
A LIMITED LIABILITY COMPANY
Company Name:
Address:
Name of person authorized to sign:
Title:
Telephone No.:
E-Mail Address:
A CORPORATION
IF BID IS BY A CORPORATION, THE CORPORATE RESOLUTION MUST BE SUBMITTED WITH BID.
Corporation Name:
Address:
State of Incorporation:
Name of person authorized to sign:
Title:
Telephone No.:
E-Mail Address:
Fax No.:
Cell No:
Page 19 of 45 2.4 CORPORATE RESOLUTION
A meeting of the Board of Directors of
, a Corporation
organized under the laws of the State of
this
day of
and domiciled in
, was held
, 2014, and was attended by a quorum of the members of the Board of
Directors.
The following resolution was offered, duly seconded and, after discussion, was unanimously adopted by said
quorum:
BE IT RESOLVED, that
is hereby authorized to submit proposals and
execute agreements on behalf of this corporation with the East Baton Rouge Redevelopment Authority.
BE IT FURTHER RESOLVED, that said authorization and appointment shall remain in full force and effect,
unless revoked by resolution of this Board of Directors and that said revocation will not take effect until the East
Baton Rouge Redevelopment Authority, shall have been furnished a copy of said resolution, duly certified.
I,
, hereby certify that I am the Secretary of
, a corporation created under the laws of the State of
domiciled in
; that the foregoing is a true and exact copy of a resolution
adopted by a quorum of the Board of Directors of said corporation at a meeting legally called and held on the
day of
, 20
of Directors in my possession. This
Secretary
, as said resolution appears of record in the Official Minutes of the Board
day of , 2014.
Page 20 of 45 2.5 BID BOND
(Required for Bids Over $25,000)
,as
That we, the undersigned,
Principal (Bidder), and
as Surety,
are hereby held and firmly bound unto the East Baton Rouge Redevelopment Authority as Owner, in the penal sum of five
percent (5%) of the amount bid for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors and assigns.
The Condition of the above obligation is such that whereas the Principal has submitted to the Owner a certain Bid,
attached hereto and hereby made a part hereof to enter into an Agreement in writing, for :
BROWNFIELDS CLEANUP – FOREMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
NOW THEREFORE,
(a) If said Bid shall be rejected, or in the alternative,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form of Contract attached hereto
(properly completed in accordance with said Bid) and shall furnish bonds for his faithful performance of said Contract and for
furnishing materials in connection therewith and shall in all other respects perfect the Agreement created by the acceptance of
said Bid,
then this obligation shall be void; otherwise the same shall remain in force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no
way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does
hereby waive notice of any extension.
IN WITNESS WHEREOF, Said Principal and Surety have hereunto set their hands and seals, this
2014.
PRINCIPAL (BIDDER)
SURETY
Address
Address
By
By
Typed Name & Title
Typed Name & Title
day of
,
Page 21 of 45 2.6 Unit Price Form - BASE BID
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
General
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
N/A
1
Lump Sum
DESCRIPTION:
UNIT PRICE
$
(Quantity X Unit Price)
.
$
.
Kickoff and public meetings
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
N/A
1
Lump Sum
UNIT PRICE
$
(Quantity X Unit Price)
.
$
.
Mobilization and demobilization, preparation, site controls, and all costs not
specifically included as a separate bid item.
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
N/A
1
Lump Sum
UNIT PRICE
$
(Quantity X Unit Price)
.
$
.
Reporting: prepare documentation of remedial action activities, description of
volume and final disposal location of wastes, waste manifests, etc.
DESCRIPTION:
Asbestos Abatement
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1
760
square foot
UNIT PRICE
$
(Quantity X Unit Price)
.__
.__
Abate flooring tiles/mastic identified as containing asbestos.
DESCRIPTION:
BUILDING No.
QUANTITY
1
5,900
DESCRIPTION:
UNIT PRICE EXTENSION
UNIT OF MEASURE:
UNIT PRICE
(Quantity X Unit Price)
$
.__
square foot
Abate skim coat identified as containing asbestos.
QUANTITY
UNIT OF MEASURE:
1
500
linear foot
UNIT PRICE
$
Abate exterior window caulking
DESCRIPTION:
.__
(Quantity X Unit Price)
.__
$
.__
(1)
QUANTITY
$
UNIT PRICE EXTENSION
BUILDING No.
BUILDING No.
$
UNIT PRICE EXTENSION
UNIT OF MEASURE:
UNIT PRICE
(Quantity X Unit Price)
Total of the Unit Price extensions must be entered on the Louisiana Uniform Public Bid Form furnished herein
Page 22 of 45 2.6 Unit Price Form - BASE BID
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
1
2,260
square foot
$
Abate silver roof flashing
DESCRIPTION:
.
$
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
6,000
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
5,470
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate floor tile/mastic identified as containing asbestos (a portion of this tile is
overlain by carpeting).
DECRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
500
linear foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate 4”-6” thermal system insulation (TSI)
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
1,344
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate cementitious roofing panels (a.k.a. Transite®) (1)
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
1,000
square foot
UNIT PRICE
$
Abate black roof flashing
DESCRIPTION:
.
(Quantity X Unit Price)
$
.
(1)
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
2
1
Lump Sum
DESCRIPTION:
.
Abate floor leveler beneath carpeting identified as containing asbestos.
DESCRIPTION:
.
(1)
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate under-sink coating identified as containing asbestos or dispose of sink.
Total of the Unit Price extensions must be entered on the Louisiana Uniform Public Bid Form furnished herein
Page 23 of 45 2.6 Unit Price Form - BASE BID
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
3
750
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate floor tile/mastic identified as containing asbestos.
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
3
50
square foot
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Abate roof seam mastic(1)
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
3
1,000
square foot
UNIT PRICE
$
Abate black roof flashing
DESCRIPTION:
.
(Quantity X Unit Price)
$
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
7
3
Lump Sum
.
(1)
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Remove window with exterior and interior glazing identified as containing
asbestos
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
N/A
TBD
Tons(2)
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Transport to and dispose of asbestos waste at an LDEQ-approved disposal
facility asbestos waste.
DESCRIPTION:
Lead –Based Paint Abatement
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1&2
TBD(3)
square foot
UNIT PRICE
$
.
$
.
Prepare and paint/encapsulate surfaces. Includes scraping, cleaning, removing
loose or flaking primer and paint.
DESCRIPTION:
BUILDING No.
(Quantity X Unit Price)
QUANTITY
UNIT PRICE EXTENSION
UNIT OF MEASURE:
UNIT PRICE
(Quantity X Unit Price)
Total of the Unit Price extensions must be entered on the Louisiana Uniform Public Bid Form furnished herein
Page 24 of 45 2.6 Unit Price Form - BASE BID
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
TBD(3)
1&2
square foot
$
.
$
Remove paint, e.g. stripping, sandblasting, dry ice blasting (option in lieu of
prepping and painting/encapsulating).
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1
TBD(3)
cubic yard
.
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Remove debris and solid waste accumulations in areas where lead paint chips
have fallen and mixed into accumulations.
DECRIPTION:
BUILDING No.
QUANTITY
N/A
1
UNIT PRICE EXTENSION
UNIT OF MEASURE:
Lump Sum
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Waste characterization sampling and analysis. Includes subcontracted
analytical costs for parameters required by disposal facility and completion of
related waste profile documentation.
DESCRIPTION:
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
N/A
TBD
Tons(2)
DESCRIPTION:
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Transport to and dispose of lead paint waste at an LDEQ-approved disposal
facility asbestos waste.
Other Environmental Issues
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1
3
cubic yard
DESCRIPTION:
UNIT PRICE
$
.
(Quantity X Unit Price)
$
Remove and dispose of avian fecal matter, as encountered.
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1
TBD(3)
square foot
DESCRIPTION:
.
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Remove and dispose of mold-impacted building materials.
Total of the Unit Price extensions must be entered on the Louisiana Uniform Public Bid Form furnished herein
Page 25 of 45 2.6 Unit Price Form - BASE BID
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
UNIT PRICE EXTENSION
BUILDING No.
QUANTITY
UNIT OF MEASURE:
1
TBD(3)
square foot
DESCRIPTION:
UNIT PRICE
$
.
(Quantity X Unit Price)
$
.
Clean and disinfect surfaces impacted by avian feces and/or mold.
GRAND TOTAL (BASE BID)
$
.
NOTES:
1
Item requires discussion between CONTRACTOR and the RDA prior to implementation due to
potential of disturbing building envelope.
2
The pay units for tons are to be determined by the scales and documentation provided at the receiving
disposal or recycling facility. If scale measurement is not available suggest alternative pay unit.
3
Quantity to be determined by bidder by reviewing previous lead paint survey report and by
observations and measurements made during pre-bid site walk.
ANALYTICAL LABORATORY
Contractor will submit all samples for analytical laboratory analysis to an LDEQ accredited laboratory. The
following laboratory has been selected to perform sample analyses necessary for this project:
WASTE DISPOSAL/RECYCLING FACILITIES
Paint removal (as required prior to painting or during removal of accumulated debris) and asbestos abatement
may require special disposal. The contractor will transport these special wastes generated as a result of this
project to the following disposal/recycling facilities:
Lead based paint waste Asbestos waste Other, as needed Other, as needed -
Total of the Unit Price extensions must be entered on the Louisiana Uniform Public Bid Form furnished herein
Page 26 of 45 2.7 SPECIAL PROVISIONS
1.
BIDDING REQUIREMENTS AND CONDITIONS: Quotations shall be received only on proposal
forms furnished by the East Baton Rouge Redevelopment Authority (RDA), and only those bids shall be
received by the RDA which are submitted by those Contractors in whose names the forms and/or specifications
were issued. In no event shall proposal forms be issued later than twenty-four (24) hours prior to the hour and
date set for receiving proposals. An extra set of Bid Form documents is attached for the Contractor's convenience
in submitting the quotation. Quotations may be written, in ink or typed.
This Request for Quotation is not within the purview of the Public Bid Law (LA RS 38:2212 et. seq). It
is the RDA’s intent to obtain fair and competitive quotations. However, the RDA specifically reserves the right to
evaluate quotations, waive irregularities or informalities not affecting price or quality, to accept the quotation
which is in the best interest of the RDA, and to reject all quotations if that is in the best interest of the RDA.
The quantities included in the Unit Price Bid Form are estimated and subject to change based on
future intended use of the facilities, the necessity of the work pursuant to those uses, and budgetary
constraints. The RDA reserves the right to alter the quantities of certain bid items.
Unit prices shall include all associated direct costs (labor, supplies, equipment, incidentals and
expendables, duplication/copying, communications, postage, shipping and handling, transportation, taxes,
personal protective equipment, and personnel costs), all indirect costs (fringe, overhead, general and
administrative costs), expenses associated with each bid item, and profit.
Notice to bidders: For quotations exceeding $25,000.00, please carefully review paragraphs 8, 9, 15, and
16 on the following pages. The requirements described in paragraphs 8, 9, 15, and 16 do not apply to individual
quotations of $25,000.00 or less.
2.
QUALIFICATIONS OF BIDDERS: All contractors quoting on this shall comply with all provisions
of the State Licensing Law for Contractors, as amended, for all public contracts. It shall also be the
responsibility of the Contractor to assure that all subcontractors comply with this law. If required for quoting,
contractors must be licensed in the proper classifications of work and must show their license number on the
face of the quotation envelope. The proper classification is as follows: Hazardous Materials or Specialty:
Hazardous Material Cleanup and Removal or Specialty: Hazardous Material Site Remediation or Specialty:
Hazardous Material Treatment and Removal and they or a sub-contractor must hold a license in Specialty: Lead Based
Paint Abatement and Removal. .
3.
CONTROL OF WORK - SUPERVISION AND INSPECTION:
AUTHORITY OF ARCHITECT/ENGINEER/CONSULTANT: The RDA’s architect/ engineer/
consultant (the Consultant) will have the authority to suspend the work wholly or in part due to the failure of the
contractor to carry out provisions of this Request for Proposals; for failure to carry out orders; for such periods as
he may deem necessary due to unsuitable weather; for conditions considered unsuitable for the prosecution of
the work, or for any condition or reason deemed to be in the public interest.
The following are considered reasonably anticipated days of adverse weather on a monthly basis:
January:
February:
March:
April:
11 days
10 days
8 days
7 days
May:
June:
July:
August:
5 days
6 days
6 days
5 days
September:
October:
November:
December:
4 days
3 days
5 days
8 days
Note: Contract is on a calendar basis.
The Contractor shall ask for adverse weather days within fifteen (15) days of date adverse weather
occurred. The contractor's request shall be considered only for days over the allowable number of days stated
SA Page 27 of 45 above, and there shall be no cost associated with weather delays.
4.
CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE:
Contractor and any
subcontractor shall carry and maintain insurance as specified below until completion and acceptance of the work.
The Contractor shall not commence work under this contract until certificates of insurance have been approved
by the RDA. Insurance companies listed on certificates must have any industry rating of A-, Class VI,
according to Best's Key Rating Guide. Unless stated otherwise in the job specification, the Contractor is
responsible for assuring that its subcontractors meet these insurance requirements.
A.
Commercial General Liability on an occurrence basis as follows:
General Aggregate
Products-Com/Op Agg
Personal & Adv Injury
Each Occurrence
Fire Damage (Any one fire)
Med Exp
$2,000,000
$2,000,000
$1,000,000
$1,000,000
$ 50,000
$
5,000
B.
Business Auto Policy:
Any Auto, or
Owned, Non-Owned & Hired
Combined Single Limit
$1,000,000
C.
Standard Workmen's Compensation - Full statutory liability for State of Louisiana
with
Employer's Liability Coverage.
D.
The East Baton Rouge Redevelopment Authority must be named as additional
insured on all general liability policies described above.
E.
Waiver of subrogation in favor of East Baton Rouge Redevelopment Authority, is
required from Workers Compensation Insurer.
F.
Certificates must provide for thirty (30) days written notice to Certificate Holder
prior to cancellation or change.
G.
The Certificate Holder should be shown as:
East Baton Rouge Redevelopment Authority
801 North Blvd, Ste. 200
Baton Rouge, Louisiana 70802
5.
INCOMPLETE CONSTRUCTION: The RDA assumes no risk for loss by fire or other casualty to any
portion of the construction project or equipment thereof, whether complete, in process of construction or
installation, or stored on the premises, during the life of any contract for any portion of the construction.
However, the Contractor shall not be responsible for loss by fire or other casualty to such portions of the work
which the RDA is using except that the Contractor shall assume all loss to said properties being used by the RDA
if the damage occurs as a result of negligence on the part of the Contractor or as a result of work not completed by
the Contractor.
The making of partial payments to the Contractor shall not be construed as creation of an insurable interest
by or for the RDA or as relieving the various contractors or their sureties of responsibility for loss from all risks
(fire, windstorm, explosion, vandalism, flood, etc.) occurring prior to final acceptance of the project.
6.
RESPONSIBILITY FOR DAMAGE CLAIMS: The Contractor shall hold RDA free of harmless from
all claims for damages to persons and/or property that may arise out of or by reason of the performance of said
work, due to the negligence, commission, or omission of any act by Contractor, his employees, agents or
subcontractors. The RDA, their officers, employees and agents, shall not be responsible for the negligent acts
or omissions of the Contractor of the Contractor's officers, employees, agents or subcontractors, nor shall the
SA Page 28 of 45 Contractor or the Contractor's officers, employees or agents be responsible for the negligent acts or omissions by
the RDA, their officers, employees and agents.
Accordingly, the Contractor shall indemnify and save the RDA, their officers, employees and agents,
harmless from any and all claims, suits and actions of any character, name or description brought for or on
account of any injury or damage to any person or property arising out of the work performed by the Contractor
and resulting from the negligence, commission or omission of any act by Contractor, or Contractor's officers,
employees, agents or subcontractors.
7.
LEGAL REGULATIONS: The work shall be executed in full compliance with laws and
regulations of Municipal, Parish, State and Federal Governments. All licenses, permits, approvals, etc. required
by law or ordinarily secured under recognized good practice shall be secured by the Contractor at his own
expense. All applicable taxes shall be paid by the contractor and included in the prices bid.
8.
BID SECURITY: (for Quotations greater than $25,000.00) Each bid shall be accompanied by a
certified check, cashier's check, or by a bid bond. This bid bond or check shall be for an amount equal to five per
cent (5%) of the amount bid, and shall be drawn in favor of the East Baton Rouge Redevelopment Authority.
If bid bond is used, it shall be written by a surety or insurance company currently on the U.S. Department
of Treasury Financial Management Service list of approved bonding companies which is published annually in
the Federal Register, or by a Louisiana domiciled insurance company with at least an A- rating in the latest
printing of the A.M. Best's Key Rating Guide to write individual bonds up to ten percent of policyholders'
surplus as shown in the A.M. Best's Key Rating Guide.
9.
SURETY BOND: ( for Quotations greater than $25,000.00) Prior to the signing of the contract and
within fifteen (15) days after the Contractor is notified that he is the successful bidder, the RDA will require the
Contractor to furnish bond in such form as is acceptable to the RDA with sureties satisfactory to the RDA, which
bonds shall cover the full, faithful performance of the Contract and the payments of all obligations arising
thereunder and shall be in the amount of 100% of the Contract price in accordance with the bid.
Any surety bond shall be written by a surety or insurance company currently on the United States
Department of the Treasury Financial Management Service list of approved bonding companies which is
published annually in the Federal Register, or by a Louisiana domiciled insurance company with at least an Arating in the latest printing of the A.M. Best's Key Rating Guide or by an insurance company that is either
domiciled in Louisiana or owned by Louisiana residents and is licensed to write surety bonds.
No surety or insurance company shall write a bond which is in excess of the amount indicated as
approved by the U.S. Department of the Treasury Financial Management Service list or by a Louisiana
domiciled insurance company with an A- rating by A.M. Best up to a limit of ten percent of policyholders' as
shown by A.M. Best; companies authorized by this paragraph who are not in the treasury list shall not write a
bond when the penalty exceeds fifteen percent of its capital and surplus, such capital and surplus being the
amount by which the company's assets exceed its liability as reflected by the most recent financial statements
filed by the company with the Department of Insurance.
Any surety bond shall be written by a surety or insurance company that is currently licensed to do business in the
State of Louisiana.
10.
WARRANTY AND GUARANTEE: Contractor warrants and guarantees that all Work will be in
accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to
Contractor. All defective work, whether or not in place, may be rejected, corrected or accepted as provided
elsewhere in these specifications.
11.
DEFECTIVE WORK DEFINITION: Defective work shall be defined as work that is unsatisfactory,
faulty or deficient, or does not conform to the Contract Documents, or does not meet the requirements of
any inspection, reference standard, test or approval referred to in the Contract Documents, or has been damaged
SA Page 29 of 45 prior to Final Acceptance.
12.
ONE YEAR CORRECTION PERIOD: If within one-year after the date of Final Acceptance, or such
longer period of time as may be prescribed by the terms of any applicable special guarantee required by the
Contract Documents, or by any specific provision of the Contract Documents, any Work is found to be defective,
the Contractor shall promptly, without cost to RDA and in accordance with written instructions, either correct
such defective Work, or, if it has been rejected, remove it from the site and replace it with non-defective Work.
If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay
would cause serious risk of loss or damage, the RDA may have the defective Work corrected or the rejected
Work removed and replaced, and all direct, indirect and consequential costs of such removal and replacement
(including but not limited to fees and charges of engineers, architects, attorneys and other professionals) will
be paid by the Contractor. In special circumstances where a particular item of equipment is placed in
continuous service before Substantial Completion of all the Work, the correction period for that item may start to
run from an earlier date if so provided in the Specifications.
13.
PROGRESS SCHEDULE: The Contractor shall submit within ten (10) days after signing the
contract, a progress schedule satisfactory to the RDA, showing the proposed order of work and indicating the
time required for the completion of the major items of work. This working schedule shall be used as a basis for
establishing major construction operations as a check on the progress of the work.
14.
PROSECUTION OF WORK: The Contractor shall provide sufficient materials, equipment and
labor to guarantee completion of the project in accordance with the plans and specifications within the contract
time limit. If the completed work is behind the approved progress schedule, the Contractor shall take immediate
steps to restore satisfactory progress. Each item of construction shall be prosecuted to completion without
delay and the Contractor shall not transfer his equipment or forces from uncompleted construction without prior
notice to, and approval of, the RDA.
If prosecution of the work is discontinued for an extended period of time, the Contractor shall give the
Engineer written notice at least 24 hours before resuming operations.
15.
PARTIAL PAYMENT AND RETAINAGE: The RDA will make partial or progress payments.
For quotations greater than $25,000.00, retainage will be withheld and such partial payments shall be
made by the RDA in the amount of ninety percent (95%) of the pay estimate. Payment will be based on monthly
estimates of contract completion on the last day of the month or other mutually agreed pay estimate closure date
as approved by the RDA, or his authorized representative, less the aggregate of previous payments. No
allowance will be made for materials received which have not been incorporated in the work except materials
delivered and suitably stored at the site and with prior approval of the RDA. In such latter case, the
Contractor shall, if required by the RDA, or its authorized representative, furnish bills of sale or such other
information as will establish RDA’s title to such material.
16.
FINAL PAYMENT:
a) For contracts greater than $25,000.00
The release of retainage shall be conditioned on (1) all work done under the contract being found to be in
good condition insofar as the Contractor's responsibility and (2) the Contractor furnishing to the RDA a certificate
from the Recorder of Mortgages for the Parish of East Baton Rouge that the Contract is clear of any liens or
privileges.
Upon satisfactory completion of the Work and acceptance by the RDA or its representative, the RDA will
issue Final Acceptance of the Work to the Contractor for filing same with the Recorder of Mortgages for the
Parish of East Baton Rouge.
SA Page 30 of 45 Not less than forty-five (45) days after filing the formal acceptance of the work with the Recorder of
Mortgages, the RDA will pay the Contractor the retained portion of the contract price, after deducting therefrom
such sums as may be lawfully withheld under any of the provisions of this contract.
b) For contracts $25,000.00 or less
Upon satisfactory completion of the Work, the RDA will pay the Contractor the final portion of the
contract price, after deducting therefrom such sums as may be l awfully withheld under any of the provisions
of this Request for Proposals, such payment being conditioned on all work done being found to be in good
condition insofar as the Contractor’s responsibility, and contingent upon the Contractor furnishing an affidavit
affirming all indebtedness under the contract has been satisfied.
17.
CONTRACT TIME: The Contractor is advised that time is of the essence on this project, and he
shall complete this project in all details ready for Final Acceptance, within the time limit specified in the
Agreement. When the contract time is on a calendar basis it shall consist of the consecutive number of calendar
days stated above including all Saturdays, Sundays, holidays and non-work days. All calendar days elapsing
between the effective dates of any orders of the Engineer to suspend work and to resume work for suspensions not
the fault of the Contractor shall be excluded.
When the contract completion time is a fixed calendar date it shall be the date on which all work on the
project shall be completed.
Furthermore, the Contractor is advised that regardless of any other contracts he has with the RDA, work on
this project shall begin no later than ten (10) calendar days after the date to begin work as stipulated in the
"Notice to Proceed."
Failure to start construction within the ten (10) day grace period and/or conduct the work in such manner
or with sufficient materials, equipment and labor necessary to insure completion within the aforementioned
contract time may be just cause for default of the contract.
18.
FAILURE TO COMPLETE ON TIME: Should the Contractor fail to complete the work within the
time limit specified in the Agreement, the Contractor shall pay the RDA, or the RDA may deduct from the
compensation otherwise due to be paid the Contractor for this work liquidated damages in the amount shown in
the Agreement. Any contractor placed in default for any of the conditions specified above shall be ineligible
to bid any RDA work for a period of six (6) months from the date of the default, or until the reason for the
default is remedied, whichever is earlier.
18.
SOQ/PROPOSAL COSTS: Bidders are responsible for all costs incurred for the preparation of their
bids and proposals. THE REMAINDER OF THIS PAGE IS INTENTIONALLY LEFT BLANK
SA Page 31 of 45 2.8 – East Baton Rouge Redevelopment Authority’s (the RDA) SUMMARY OF WORK
EAST BATON ROUGE REDEVELOPMENT AUHTORITY SPECIFICATIONS FOR
BROWNFIELDS CLEANUP – FORMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
2.8.1 RDA GENERAL REQUIREMENTS
2.8.1.1
A.
SUMMARY
It is the intent of the following specifications to call for the Contractor to furnish all labor, materials, tools,
equipment, and insurance to provide and install with interconnecting services at the site and building
as specified herein.
2.8.1.2
ADMINISTRATIVE REQUIREMENTS
A.
The Contractor should carefully read any Notice to Contractors, General Provisions, Special Provisions,
and Specifications contained in other parts of this specification as they govern the work to be
performed. Prior to submitting the Bid, the Bidder is encouraged to examine the condition of the work
area and any existing structure upon which the specified work is to be applied or performed.
B.
Should the Contractor discover during the progress of the work, subsurface or latent physical
conditions at the site differing materially from those indicated in the contract, or unknown physical
conditions at the site of an unusual nature, differing materially from those ordinarily encountered
and generally recognized as inherent in work of the character provided for in the contract, work
shall be suspended temporarily, the RDA’s Project shall be promptly notified, in writing, of such
unforeseen conditions along with a detailed cost break down of work to be done before they are
disturbed. The Project Consultant will, thereupon, promptly investigate the conditions and, if he
finds they do so materially differ and cause an increase or decrease in the cost of, or the time required
for performance of the contract, an equitable adjustment will be made and the contract modified
accordingly.
C.
Contractor shall comply with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by
Department of Labor regulations (29 CFR part 5). Contractor should be aware that specific compliance
with the Davis-Bacon Act may require, but is not limited to, that the Contractor:
1.
2.
3.
4.
5.
Meet the locally prevailing wage rates for laborers and mechanics in effect at the time the
contract is executed
Pay wages not less than once a week
Submit payroll information and a “Statement of Compliance” regarding payment of Davis-Bacon
wages on a weekly basis to the RDA
Post DOL’s Employee Fair Compensation Notice at the work site, along with a list of locally
prevailing wage rates (the DOL site notice can be found at
http://www.dol.gov/whd/regs/compliance/posters/fedprojc.pdf).
Allow on-site verification/interviews with workers entitled to Davis-Bacon wages for comparison
with payroll records to confirm and document compliance with Davis-Bacon requirements.
2.8.1.3
SCOPE OF WORK COVERED BY CONTRACT DOCUMENTS
SA Page 32 of 45 A.
The objective of the RDA’s Brownfields Program is to encourage and facilitate the cleanup,
redevelopment, and reuse of Brownfields properties in the State in a manner that fully protects human
health and the environment.
B.
The Work consists of but not limited to the following:
1. Contractor will perform a b a t e m e n t , e n c a p s u l a t i o n , r e m o v a l , a n d / o r s t a b i l i z a t i o n
of asbestos containing building material, lead-based paint, mold impacted
materials, and avian fecal matter.
C.
Definitions:
1. Provide: Furnish and install, complete with all necessary accessories, ready for intended use. Pay for all
related costs.
2. Approved: Acceptance of item submitted for approval. Not a limitation or release for compliance
with the Contract Documents or regulatory requirements. Refer to limitations of ‘Approved’ in General
and Supplementary Conditions.
3. Match Existing: Match existing as acceptable to the RDA.
D.
E.
Intent: Drawings and specifications are intended to provide the basis for proper completion of
the work suitable for the intended use of the RDA. Anything not expressly set forth but which is
reasonably implied or necessary for proper performance of the project shall be included.
Writing st yle:
Specifications are written in the imperative mode.
Except where specifically
intended otherwise, the subject of all imperative statements is the Contractor. For example, ‘Provide
tile’ means ‘Contractor shall provide tile.’
2.8.1.4
GENERAL PROJECT INFORMATON
A.
Project Identification:
1. Title: Brownfields Cleanup – Asbestos and Lead Paint, Former Entergy Facility
2. For: East Baton Rouge Redevelopment Authority
3. Project Location: 1509 Government Street, Baton Rouge, LA
B.
RDA’s Representative and Primary Project Contact:
Mr. James Andermann
Project Manager
801 North Boulevard, Suite 200
Baton Rouge, LA 70802
Voice: 225-387-5606
Fax: 225-387-0780
C.
Contract Time:
1. The entire contract shall be completed in all details and ready for Final Acceptance within SIXTY
(60) calendar days after date stipulated in the Notice to Proceed.
D.
Liquidated Damages:
1. Should the Contractor fail to complete the work within the contract time, as extended, liquidated
damages in the amount of TWO HUNDRED - SEVENTY ($270.00) per day will be assessed Contractor in
accordance with the Contract Documents.
SA Page 33 of 45 2.8.1.5
A.
SUBMITTALS
EBRP Fees: The following fees will be paid directly by the RDA:
1. Plan Review Fees
2. Permit Fees
3. Sewer Impact Fees
4. Traffic Impact Fees
B.
Codes: Comply with applicable codes and regulations of authorities having jurisdiction.
Submit copies of inspection reports, notices and similar communications to Project Manager.
C.
Qualification Data: The RDA reserves the right to request qualification information from
prospective bidders. Bidders shall provide a project list of projects of similar size and complexity, with
bid or upon the RDA’s request. When requested, the list shall be faxed to the RDA, Mr. James
Andermann at 225-387-0780 or delivery via email to Mr. James Andermann ([email protected]).
The list is to include contact information for each project Client. Failure to provide this information may
result in disqualification of bid.
D.
Schedule: Within ten (5) business days of issuance of a Notice to Proceed, the Contractor
shall submit a schedule of the Work indicating key dates during the Contract Time including, but not
limited to, Shop Drawings prep and submittal, manufacturing time, demolition start and finish, delivery of
materials, and completion of Work. The RDA shall be notified immediately of any construction schedule
conflicts with the currently allowed days for construction under the attached Agreement.
2.8.1.6
QUALITY ASSURANCE
A.
Qualifications: Engage experienced workers who are certified in writing as qualified to
remove and perform like work as indicated in these specifications.
B.
Data Quality: All air monitoring data or other data collected shall meet minimum
requirements of the Louisiana Department of Environmental Quality and/or the Environmental
Protection Agency.
2.8.1.7
USE OF PREMISES
A.
General: Contractor shall have full use of the portions of the premises where work is to be
performed for construction operations, including use of Project site as defined by the RDA, during
construction period. Contractor’s use of premises is limited only by RDA’s right to perform work or to
retain other contractors on portions of Project.
2.8.1.8
WORK RESTRICTIONS
A.
On-Site Work Hours: Work shall be generally performed inside the existing building during
normal business working hours of 8:00 a.m. to 5:30 p.m., Monday through Friday, unless otherwise
indicated.
B.
Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by RDA or
others unless permitted under the following conditions and then only after arranging to provide
SA Page 34 of 45 temporary utility services according to requirements indicated:
1. Notify RDA not less than five (5) working days in advance of proposed utility interruptions.
C.
Nonsmoking Building: Smoking is not permitted within the building or within 25 feet of
entrances, operable windows, or outdoor air intakes.
2.8.1.9
PROJECT CONDITIONS
A.
It is the responsibility of the contractor to insure the proper environment necessary for the
successful application of all materials listed in this specification.
B.
Coordinate delivery and sequence for storage and installation.
C.
All work must be coordinated with the RDA. Work and access required by other
Contractors must be allowed at no additional cost to the RDA.
D.
Areas available for staging/storage of materials and equipment will be available and
determined at a later date. The Contractor is responsible for protecting and securing all materials and
equipment.
2.8.1.10 SUBSTITUTIONS AND APPROVED EQUALS
A.
The materials and equipment described in the specifications establish a standard of
quality required for the project. If a bidder desires to request a substitution of any item prior to bid
opening, a written request for such substitution must be received by the Project Manager at least ten
days prior to the bid opening date. The request must include complete details of the proposed
substitution, including drawings, performance and technical data and any other information necessary
for evaluation by the Consultant. The Consultant’s decision with regard to approval or disapproval of
any proposed substitutions shall be final. If any substitutions are approved, they will be included in
written addenda issued prior to bid opening. No substitutions shall be allowed which are not included in
the addenda. Substitutions will not be allowed or considered after bid opening. No substitutions will be
considered after contract award except as specifically provided in the specifications.
B.
Wherever in specifications the name of a certain brand, make, manufacturer, or definite
specification is utilized, the intent of such specifications shall be that they are used to denote the quality
standard of product desired and that they do not restrict the bidder to the specific brand, make,
manufacturer, or specification named; that they are used only to set forth and convey to prospective
bidders the general style, type, character, and quality of product desired; and that equivalent products
will be acceptable. It shall be the responsibility of the RDA, or their professionally employed architect,
consultant, or engineer to determine what is considered an equivalent product.
C.
If bidders do not elect to obtain prior approval for a substitute Brand named item during
the pre-bid time so specified above, the RDA has no obligation to review or consider such item
subsequent to the contract award.
2.8.1.11
A.
2.8.1.12
DELIVERY, STORAGE AND HANDLING
Handle all material in a manner to protect finish and prevent damage.
WARRANTIES
SA Page 35 of 45 A.
Contractor shall warranty all equipment and labor for a period of one (1) year from the date
of final acceptance.
2.8.2 PRODUCTS (Not Applicable To This Section)
2.8.3 EXECUTION
General Scope of Work and site characteristics to consider are as follows:
A.
Site Status - This site is a currently owned by the RDA and is unoccupied and unused. It contains
two large brick buildings (2-story and 2-story, 1 small 1-story brick buildings, several other metal buildings
and sheds, and associated parking areas and driveways. The site was previously occupied by the
Entergy Corporation and was used for offices, materials storage, and vehicle and equipment
maintenance. The brick buildings property contain materials identified as asbestos-containing, including
resilient floor tile, mastic, cementitious roofing, caulking, flashing, and thermal system insulation, and
walls, floor, and other surfaces painted with lead-based paint. One of the buildings contains an
unquantifiable amount of solid waste that has accumulated over time that contains lead paint flakes.
Some mold impacted surfaces and a small quantity of avian feces are present in one of the buildings.
B.
Wastes - All wastes generated in the performance of this SOW shall meet all applicable federal,
state and local disposal regulations and requirements. Any wastes requiring disposal shall be disposed
of at a permitted solid waste landfill and fluids disposal facility licensed and approved to accept these
kinds of waste, soil, fuel, and debris. The CONTRACTOR should provide the name and address of the
selected permitted solid waste landfill, and/or fluids disposal/recycling facility for disposal of wastes
generated during the performance of this SOW on the completed Unit Price Form included with their
proposal
2.8.3.1 EXAMINATION
A.
Examine conditions for compliance with requirements for construction tolerances, material
properties as they affect installation.
B.
Make corrections to unsatisfactory conditions.
2.8.3.2 Asbestos-Containing Material Removal
A.
CONTRACTOR will make all mandatory notifications to Federal, State, and local
entities as required by applicable rules, regulations, and standards. Documentation of notifications shall
be provided to the RDA upon submission to the applicable Federal, State, and local entities.
B.
All asbestos abatement activities shall be performed in complete compliance with the
following state and federal regulations:
1. 29 CFR 1910, General Industry Standards, latest edition, except for Section 1001(c) and (d).
2. 29 CFR 1926.1101, Construction Industry Standards, latest edition.
3. 40 CFR Part 61, NESHAP, latest edition.
4. American National Standard Institute Z88.2, latest edition.
5. Louisiana Environmental Regulatory Code (ERC), Title 33: Part III, Chapters 27 & 51, latest edition.
SA Page 36 of 45 C.
Workers entering the abatement work area will be licensed Louisiana Asbestos
Abatement Workers or Contractor/Supervisors.
D.
CONTRACTOR shall remove items obstructing access to materials identified as containing
asbestos, obstructing items may include carpeting, non-load-bearing walls, furniture, and debris. The
items obstructing access to asbestos materials will be removed at the discretion of the RDA. Any minor
demolition, cutting, and/or patching shall be performed according to the following General
Specifications, as applicable to the scope of work,:


Section 01045 – Cutting and Patching
Section 02225 – Minor Demolition for Remodeling
E.
CONTRACTOR shall remove abate, stabilize, or encapsulate a s b e s t o s c o n t a i n i n g
m a t e r i a l s pursuant to the following Asbestos Abatement Specifications and accompanying figures.
The asbestos containing materials to be removed will be at the discretion of the RDA and the quantities
included in the unit price bid form are subject to change.
2.8.3.3 Lead-Based Paint Abatement
A.
All lead-based paint abatement activities shall comply with the Louisiana Environmental
Regulatory Code (ERC), Title 33: Part III, Louisiana Air Quality Regulations, Chapter 28: Lead-Based Paint
Rule--Recognition, Accreditation, Licensure, and Standards for Conducting Lead-Based Paint Activities.
B.
CONTRACTOR shall prepare, paint, and finish, or abate and remove pursuant to the
Specification for Lead Based Paint Abatement and via methods described in Section 09900 of the
Painting Specifications, as applicable, painted surfaces with lead concentrations exceeding the
Consumer Product Safety Council Standard of 0.06% by weight as identified in the previous lead based
paint survey reports. Selected pages from the reports, which depict paint sampling locations and
surfaces, are included as Appendix C.
C.
The square footage for all surfaces to be treated is unknown at this time. The lead painted
surfaces to be treated will be at the discretion of the RDA. It is expected that not all lead paint will be
treated due to future use, the stability and/or innocuous nature of the material, and budgetary
constraints. Priority will be given to solid waste accumulations that contain mixed-in lead paint flakes, any
surfaces that are painted with lead paint that is flaking, and surfaces that will be in the vicinity of human
occupancy. For the purpose of completing the Unit Price Bid Form, bidders may review the documents
included in Appendix C and take measurements during the pre-bid site walk to determine an approximate
quantity of painted surfaces to be treated and volume of lead paint-impacted solid waste to be removed.
2.8.3.4 Other Environmental Issues
A.
Mold Impacted Materials: In accordance with the Louisiana Contractor’s Licensing Law (LA
R.S. 37: Rules & Regulations), contractors performing mold remediation must be licensed through the
Louisiana State Licensing Board for Contractors prior to working in the State of Louisiana. CONTRACTOR
shall remove or clean building materials that are impacted by mold or microbial growth, including
sheetrock, floors, ceilings, insulation, windows, and doors. To avoid duplicative or wasteful efforts, mold
abatement will take place only in areas whose building envelope is not compromised. CONTRACTOR
shall review and adhere to, as applicable, the EPA guideline EPA402-K-01-001: MOLD REMEDIATION IN
SCHOOLS AND COMMERCIAL BUILDINGS available at www.epa.gov/mold/pdfs/moldremediation.pdf.
B.
Avian feces: Accumulations of avian feces have been reported in previous environmental
SA Page 37 of 45 surveys. CONTRACTOR shall remove any accumulations of avian fecal material within the buildings as it
is encountered. CONTRACTOR shall assume the responsibility of having knowledge of and adhering to
state, federal, and local laws concerning remediation of and occupational hazards associated with the
treatments of avian fecal matter.
2.8.3.5 REPORTING
A.
A post-work letter report summarizing all site activities (asbestos abatement, lead based paint
abatement, etc.) should be provided. The report should include the following elements at a minimum:
•Brief narrative of work performed including a description of the remedial activities
•Waste manifests and waste disposal documentation including volume and final disposal location of
removed materials
•Photographs of work
2.3.8.6 SERVICES TO BE PROVIDED BY CPPC
A.
RDA representatives will monitor field activities, health and safety, and quality
assurance/quality control (QA/QC) issues associated with the performance of work scope items.
B.
RDA representatives will review and approve any project documents, including daily field
activity reports.
2.8.3.7 HEALTH AND SAFETY
A. The CONTRACTOR's personnel shall comply with all applicable health and safety requirements and
have the proper training to perform the SOW.
B.
•
•
•
•
All activities shall be in compliance with the following:
United States Department of Labor, OSHA Standards,
State - Specific Safety and Health Regulations,
U.S. EPA Standard Operating Safety Guidelines, and
NIOSH/OSHA/USGA/U.S. EPA Occupational Safety and Health Guidance.
C.
Prior to commencement of site work, the CONTRACTOR will provide a site specific
health and safety plan (HASP) to RDA for review and approval. The HASP should adequately address
the potential hazards that may be encountered while performing the SOW described herein The HASP
should identify a site health and safety officer (Field Supervisor). All personnel will be required to read
and sign the HASP, and it will be readily available in the field at all times. A daily safety meeting
shall be conducted prior to work each day to advise workers of ongoing and new health and safety
concerns. Documentation of the daily safety meeting should be provided to RDA on a daily basis
(see section VI).
2.8.3.8 QUALITY ASSURANCE/QUALITY CONTROL (QA/QC)
The CONTRACTOR shall submit daily reports of field activities performed each day. The daily reports
should include documentation of the daily safety meeting and field notes or logs of the work
performed. Daily reports shall be submitted to RDA representatives by no later than 10:30 am the
following scheduled workday.
SA Page 38 of 45 2.8.3.9
REMOVAL
A.
The Contractor shall be responsible for the removal from the site all existing equipment and
corresponding material.
B.
The Contractor shall protect all existing areas.
2.8.3.10 PROTECTION
A.
Provide protection and maintain conditions, in a manner acceptable to the RDA to ensure
facility is without damage or deterioration at time of substantial completion.
2.8.3.11 Site Restoration and Waste Disposal
A.
CONTRACTOR shall characterize, manifest, and transport all excavated and extracted
material offsite for disposal and recycling as described in Section C.
B.
After completion of all tasks and prior to demobilization, CONTRACTOR shall remove all debris
and trash from site.
END OF SECTION
SA Page 39 of 45 2.9 GENERAL SPECIFICATIONS
TABLE OF CONTENTS
SECTION 01045 – Cutting and Patching
1-2
SECTION 02225 – Minor Demolition For Remodeling
SECTION 09900 – Painting
1
1-3
Section 01045
SA Page 40 of 45 Cutting and Patching
PART 1 - GENERAL
1.01
DESCRIPTION OF WORK
A.This Section Includes the following
1.Summary: Definitions
2.Submittals
3.Safety and Quality Requirements
4.Materials
5.Inspection
6.Preparation and Performance
Coordinate cutting and patching with demolition requirements. Demolition of selected portions of the building for alterations is
included in Section 02250.
Definition: “Cutting and Patching” includes cutting into existing construction to provide for the installation or performance of
other work and subsequent fitting and patching required to restore surfaces to their original condition.
All cutting and patching shall be the responsibility of the Contractor requiring this work. All costs shall be paid by the
Contractor needing this work
B.
C.
D.
SUBMITTALS
A.
Cutting and Patching Plan: Submit a proposal describing procedures ten days prior to
the time cutting and patching will be performed. Include the following information, as
applicable:
1.
Describe the extent and method(s) of cutting and patching required.
Describe anticipated results; include changes to structural elements and operating components and changes in the
building’s appearance.
3.
List products to be used and entities that will perform the Work.
4.
Indicate dates when cutting and patching is to be performed.
5.
List utilities that will be disturbed and duration.
Approval to proceed does not waive the Owner’s right to later require complete removal and replacement of Work
found to be unsatisfactory.
When cutting and patching of structural work involves the addition of reinforcement, submit details and engineering
calculations to show how that reinforcement is integrated with original structure to satisfy requirements of maintaining the
structural integrity of the building.
M
1.02
2.
6.
7.
1.03
SAFETY AND QUALITY REQUIREMENTS
Requirements for Structural Work: Do not cut and patch structural elements in a manner that would reduce the loadcarrying capacity or load deflection ratio. Obtain approval from the Architect of the Cutting and Patching Plan before cutting
and patching structural elements.
.
PART 2 PRODUCTS
A.
2.01
MATERIALS
General: Except as otherwise indicated, use materials for cutting and patching that are identical or as close-there-to as
existing materials with regard to visual effect. Use material for cutting and patching that will result in equal-or-better
performance characteristics.
A.
PART 3 EXECUTION
3.01
INSPECTION
Before the start of cutting work, meet at the work site with all parties involved in cutting and patching, including
structural, mechanical and electrical trades. Coordinate trades, resolve areas of potential interference and conflict
between the various trades.
A.
3.02
PREPARATION AND PERFORMANCE
1.
a.
3.
A.
General:
Temporary Support: To prevent failure, provide temporary support of work to be cut.
Where cutting and patching of structural work involves the addition of reinforcement, submit details and engineering
calculations to show how that reinforcement is integrated with original structure to satisfy requirements.
2.
Protect other work during cutting and patching to prevent damage.
Take precaution not to cut existing operating (i.e. utilities) and safety elements of the building.
SA Page 41 of 45 4.
5.
7.
8.
Cut the work using methods that are least likely to damage work to be retained or adjoining work.
Cut holes and slots neatly to size required with minimum disturbance of adjacent work. To avoid marring existing
finished surfaces, cut or drill from the exposed or finished side into concealed surfaces.
6.
Patching: Patch with seams, which are durable and as invisible as possible.
Comply with specified tolerances for the work.
Where removal of walls or partitions extends from one finished area into another finished area, patch and repair floor and
wall surfaces in the new space to provide an even surface of uniform color and appearance.
Where patch occurs in a smooth-painted-surface, extend final paint coat over entire unbroken surface containing patch,
after patched area has received prime and base coats.
END OF SECTION
Section 02225
SA Page 42 of 45 Minor Demolition For Remodeling
Specifications
02225
PART 1 – GENERAL
A.
1.01
SUMMARY
Section includes removal of designated building equipment and fixtures; removal of designated construction; dismantling,
cutting and alterations as indicated and necessary for the completion of the Work; disposal of materials and storage of
designated removed materials; identification of utilities; salvaged items; and protection of items to remain as indicated.
1.02
A.
B.
SCHEDULING
Schedule Work to coincide with new construction
Describe demolition removal procedures and schedule.
1.03
PROJECT CONDITIONS
A.
Conduct demolition to minimize interference with adjacent and occupied building areas. B.
Cease operations
immediately if structure appears to be in danger and notify Architect. C.
Do not resume operations until directed.
PART 2 – PRODUCTS
NOT USED
PART 3 – EXECUTION
A.
C.
E.
3.01
PREPARATION
Provide, erect, and maintain temporary safeguards, including warning signs and barricades, and similar measures, for
protection of the public, Owner, Contractor’s employees, and existing improvements to remain.
B.
Erect and maintain weatherproof closures for exterior openings.
Erect and maintain temporary partitions to prevent spread of dust, odors, and noise to permit continued Owner occupancy at
area designated on plans only.
D.
Protect existing materials and existing improvements which are not to be demolished.
Prevent movement of structure; provide temporary bracing and shoring required to ensure safety of existing structure.
F.
Notify affected utility companies before starting work and comply with their requirements. G.
Mark
location and termination of utilities.
H.
Provide appropriate temporary signage including signage for exit or building egress.
3.02
A.
C.
DEMOLITION
Disconnect and/or remove, cap, and identify designated utilities within demolition areas. B.
Demolish in an orderly and careful manner. Protect existing improvements.
Remove demolished materials from site except where specifically noted otherwise. Do not burn or bury materials on site.
D.
Remove materials as Work progresses. Upon completion of Work, leave areas in clean condition. E.
Remove temporary Work.
END OF SECTION
Section 09900
SA Page 43 of 45 Painting
Specifications
PART 1 - GENERAL
A.
1.01
SECTION INCLUDES
Surface preparation (sanding, stripping, dulling, priming, etc.) of existing surfaces/items and field application of paints and
coatings where indicated in drawings;
B.
Paint finish at CMU walls, steel doors and hollow metal frames. C.
Paint at interior and
exterior steel fabrications.
G.
Paint exposed conduit, exposed switch and junction boxes, and piping.
1.02
A.
SYSTEM DESCRIPTION
Finish Materials: Conform to applicable code for environmental requirements.
M
1.03
B.
SUBMITTALS
A.
Product Data: Provide data on all finishing products.
B.
Samples: Submit complete color tear-out chip catalogues of manufacturer's system.
1.04
ENVIRONMENTAL REQUIREMENTS
A.
Store and apply materials in environmental conditions required by manufacturer.
Maintain MSDS sheets on site during construction in three ring binder and have readily available on site at all times.
PART 2 - PRODUCTS
B.
2.01
MATERIALS
A.
Manufacturers:
1.
Sherwin Williams.
2.
Devoe.
3.
Minwax
.
4.
Cabots.
5.
Approved equals.
Coatings: Ready mixed except field catalyzed coatings of good flow and brushing properties, capable of drying or curing free
of streaks or sags.
C.
Accessory Materials: Materials required to achieve the finishes specified.
2.02
A.
FINISHES
Colors to be selected by architect from manufacturer’s standard list of colors.
PART 3 - EXECUTION
A.
B.
D.
E.
G.
H.
3.01
EXAMINATION AND PREPARATION
Verify that substrate conditions are ready to receive work. Refer to drawings and Section 01010 for Schedule for locations
requiring preparation and priming of surfaces by Owner’s contractor at specific locations and items. Do not commence with
sanding and roughing until a pre-installation meeting has taken place with Architect and Owner’s contractor, Contractor, and
painting subcontractor.
Measure moisture content of porous surfaces using an electronic moisture meter. Do not apply finishes unless moisture
content is less than 12 percent.
C.
Correct minor defects and clean surfaces which affect work of this Section.
Remove or mask electrical plates, hardware, light fixture trim, escutcheons, and fittings prior to preparing surfaces or finishing.
Gypsum Board Surfaces: Fill minor defects with latex compounds. Spot prime defects after repair.
F.
Galvanized Surfaces: Remove surface contamination and oils and wash with solvent.
Apply coat of etching primer.
Uncoated Ferrous Surfaces: Remove scale by wire brushing, sandblasting, clean by washing with solvent. Apply treatment of
phosphoric acid. Prime paint after repairs.
Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust, hand clean, and clean surfaces with solvent.
Prime bare steel surfaces.
I.
J.
K.
Interior Wood Items Scheduled to Receive Paint Finish: Wipe off dust and grit prior to priming. Seal knots, pitch streaks, and
sappy sections with sealer. Fill nail holes and cracks after primer has dried; sand between coats.
Interior Wood Items Scheduled to Receive Transparent Finish: Wipe off dust and grit prior to sealing, seal knots, pitch streaks,
and sappy sections with sealer. Fill nail holes and cracks after sealer has dried; sand lightly between coats.
Concrete and Unit Masonry Surfaces Scheduled to Receive Paint Finish: Remove dirt, loose mortar, scale, salt or alkali
SA Page 44 of 45 L.
powder, and other foreign matter. Remove oil and grease with a solution of tri-sodium phosphate; rinse well and allow to dry.
Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with
water. Allow to dry.
Contractor to paint on existing surfaces with paint to remain, and shall retain the paint manufacturer’s local representative to
visit the project site with the Architect in attendance. Contractor shall then submit for approval a schedule specifically outlining
the manufacturer’s recommendation for preparing the existing surface (that is appropriate in consideration of conditions
observed at the site locations, and the paint to be used on the existing painted surface.
B.
F.
H.
I.
J.
3.02
APPLICATION
A.
Apply products in accordance with manufacturer's instructions.
Upon completion of existing surface preparation (not priming), Architect shall visit site for approval to proceed. Contractor
shall not proceed until Architect has visited the site and approved the surfaces ready to receive the paint finish.
C.
Sand transparent finishes lightly between coats to achieve required finish. D.
Where clear
finishes are required, tint fillers to match wood.
E.
Back prime interior and exterior wood work scheduled to receive paint finish with sealer.
Backpriming sealer shall not lap onto exposed finish surfaces.
Back prime interior woodwork scheduled to receive stain or varnish finish with gloss varnish reduced 25% with mineral spirits.
G.
Dull existing painted surfaces (if allowed to remain by Architect).
Paint all edges of wood doors (top, bottom, and side edges. Paint edges and surfaces of all millwork, including those not
readily visible to view.
Miscellaneous items and surfaces to be painted: Paint existing and new exposed plumbing piping, conduit, and electrical
boxes to match existing adjacent wall surface; change color of paint when surface changes color.
Existing Finishes: Existing finishes (affected or damaged by the completion of the Work) on existing materials shall be
repaired and/or refinished so as to appear as a finished completed work, homogenous in appearance with the surrounding
finishes (i.e., painting door edges that have been shaved, painting splintered existing hardware cutouts, patching carpet where
walls have been removed and doors installed, etc.). The Contractor shall review the proposed plan for meeting this
requirement with the Architect in the field prior to commencing the Work.
3.03
A.
CLEANING
As work proceeds, promptly remove finishes where spilled, splashed, or spattered.
3.04
SCHEDULE - INTERIOR SURFACES A.
Wood - Painted:
1.
One coat of PrepRite Alkyd Wood Primer, B49W2.
2.
Two coats of Promar 200 Alkyd EgShel Enamel, B33W200. B.
Concrete Masonry
(Existing)
1.
One coat of Preprite Bonding Primer, B51W50
2.
Two coats of Water-Based Catalyzed Epoxy, B70W200
C.
Wood - Stained:
1.
One coat MinWax Interior Oil Stain, color to be selected.
2.
One coat Wood Classics Sanding Sealer, B26V43.
3.
Two coats Wood Classics polyurethane varnish hand rubbed satin A67FI. D.
Steel - Unprimed
(non-humid or moist conditions):
1.
One coat of alkyd primer.
F.
2.
Two coats alkyd eggshell enamel.
E.
Steel - Unprimed (humid, moist, or exterior conditions):
1.
One coat of alkyd primer.
2.
Two coats high solids epoxy, MACROPOXY HS.
Gypsum Board/Plaster (including the following locations: Corridors, Lobbies, Restrooms, Toilets, Kitchen, Dining, Locker
Rooms, Shower Ceilings/ Wainscot):
1.
PrepRite 200 Latex Primer, B28W200.
2.
Two coats of Water-Based Catalyzed Epoxy, B70W200
G.
High temperature pipe or equipment
1.
One coat of Kem Hi-Temp 500 Primer (1.3 mils)
2.
One cost of Kem Hi-Temp 500 Topcoat (1.3 mils) H. Traffic Paint
1.
Two coats of Promar Traffic Paint, white and blue, B29W1. I. Gypsum Board/Plaster
1.
PrepRite 200 Latex Primer, B28W200.
2.
Two coats of Promar 200 Latex EgShel Enamel, B20W200
J.
Concrete Masonry
1.
One coat of Heavy Duty Block Filler, B42W46
2.
Two coats of Water-Based Catalyzed Epoxy, B70W200
K.
Steel - Shop Primed:
1.
Touch-up with Kem Kromik Universal Metal Primer- B50N26/B50W21
2.
Two coats of Metalatex Semi-Gloss Coating B42 series
SA Page 45 of 45 END OF SECTION
SA 2.10 SAMPLE AGREEMENT
This Agreement made and entered into at Baton Rouge, Louisiana, effective this
day of
by and between the EAST BATON ROUGE REDEVELOPMENT AUTHORITY hereinafter called
"RDA", and [CONTRACTOR] , hereinafter called "Contractor".
The Contractor shall perform all work required by the Contract Documents for the construction of:
BROWNFIELDS CLEANUP – FOREMER ENTERGY GENERATING FACILITY
1509 GOVERNMENT STREET, BATON ROUGE, LA
The following Contract Documents are hereby made a part of this Agreement to the same extent as if
incorporated herein in full:
1.
2.
3.
4.
5.
Notice to Contractors
Lump Sum Quotation
Special Provisions
Job Specifications
The following addenda:
receipt of which is hereby acknowledged.
CONTRACT TIME
The entire contract shall be completed in all details and ready for final acceptance within SIXTY (60) calendar
days after date stipulated in the Notice to Proceed. Time is of the essence of the contract and the Notice to
Proceed will be issued promptly. A request by the contractor for an extension of the contract time will be
considered only if, in support of the request, the Contractor shall allege delay in the performance of the work by
either or both the following causes:
(a) An act of the RDA.
(b) Force Majeure. No Party shall be held liable for any reasonable delay or failure in performance of any part
of the Agreement because of any cause or circumstances beyond its control such as, but not limited to, acts of
God, explosion, fire, power failure, strikes, newly enacted laws or regulations, and reallocation of resources
resulting from a Force Majeure condition or any other cause arising without its actual fault (collectively “Force
Majeure Conditions”).
FAILURE TO COMPLETE WORK ON TIME
Should the Contractor fail to complete the work within the contract time, as extended, liquidated damages in the
amount of TWO HUNDRED - SEVENTY D O L L A R S ($270.00) per day will be assessed t o Contractor
in accordance with the Contract Documents.
INTERPRETATIONS OF CONTRACT PROVISIONS
The interpretations of the provisions of this contract by the Director, Department of Public Works shall be binding
upon both parties hereto.
CONTRACT PRICE
The amount to be paid to the Contractor by the RDA for completion of all work hereunder is a total not to exceed
$XXXXXX. Said sum will be paid to Contractor based on unit prices as set forth in the bid documents for items as
actually installed or completed. Unit prices are firm and subject only to modification by written change order
agreed to by both parties.
SA PAYMENT
The RDA will make partial or progress payments less applicable retainage, based on unit prices as set forth in
the bid documents for items as actually installed or completed, which in total exceed $5,000 on or about the 10th
day of the following month in accordance with the Contract Documents.
Payroll Records: As required by the Davis-Bacon Act as supplemented by Department of Labor Regulations
(29 CFR Part 5), any entity contracted by the Louisiana Department of Environmental Quality or any party to a
subcontract shall keep accurate records showing the names and occupations of all workmen employed by him in
connection with the work and the actual hours worked and wages paid to each of the workmen. These records
shall be open at all reasonable hours to the inspection of the Department of Labor, LDEQ, the RDA, and their
authorized agents.
ALLOWABLE COSTS: Allowability of costs under this Agreement shall be determined in accordance with the
provisions of LSA-R.S. 39:1521, and in accordance with other applicable state and federal laws.
Only costs shown on the Unit Price Bid Form will be considered for reimbursement. Unit prices shall include all
associated direct costs (labor, supplies, equipment, incidentals and expendables, duplication/copying,
communications, postage, shipping and handling, transportation, taxes, personal protective equipment, and
personnel costs), all indirect costs (fringe, overhead, general and administrative costs), expenses associated with
each bid item, and profit.
Upon satisfactory completion and acceptance of the work, the RDA will make final payment in accordance with
provisions of the Contract Documents.
PARTIAL PAYMENT, RETAINAGE, AND FINAL PAYMENT
Partial Payment and Retainage: The RDA will make partial or progress payments. For quotations greater than
$25,000.00, retainage will be withheld and such partial payments shall be made by the RDA in the amount of
ninety percent (95%) of the pay estimate. Payment will be based on monthly estimates of contract completion on
the last day of the month or other mutually agreed pay estimate closure date as approved by the RDA, or his
authorized representative, less the aggregate of previous payments. No allowance will be made for materials
received which have not been incorporated in the work except materials delivered and suitably stored at the
site and with prior approval of the RDA. In such latter case, the Contractor shall, if required by the RDA,
or its authorized representative, furnish bills of sale or such other information as will establish RDA’s title to
such material.
Final Payment for Contracts Greater than $25,000.00: The release of retainage shall be conditioned on (1) all
work done under the contract being found to be in good condition insofar as the Contractor's responsibility and (2)
the Contractor furnishing to the RDA a certificate from the Recorder of Mortgages for the Parish of East Baton
Rouge that the Contract is clear of any liens or privileges.
Upon satisfactory completion of the Work and acceptance by the RDA or its representative, the RDA will issue
Final Acceptance of the Work to the Contractor for filing same with the Recorder of Mortgages for the Parish of
East Baton Rouge.
Not less than forty-five (45) days after filing the formal acceptance of the work with the Recorder of Mortgages,
the RDA will pay the Contractor the retained portion of the contract price, after deducting therefrom such sums as
may be lawfully withheld under any of the provisions of this contract.
OWNERSHIP OF DOCUMENTS
SA Upon completion or termination of this contract, all data collected by the Contractor and all documents, notes,
equipment purchased, drawings, tracings and files collected or prepared specifically in connection with this work,
except the Contractor's personnel and administrative files, shall become and be the property of the RDA and the
RDA shall not be restricted in any way whatever in its use of such material. In addition, at any time during the
contract period, the RDA shall have the right to require the Contractor to furnish copies of any or all data and all
documents, notes and files collected or prepared by the Contractor specifically in connection with this contract
within five (5) days of receipt of written notice issued by the RDA.
ASSIGNABILITY
The Contractor shall not assign any interest in this contract, and shall not transfer any interest in the same
(whether by assignment or novation), without the prior written consent of the RDA; provided, however, that
all claims for money due or to become due to the Contractor under this contract may be assigned to its bank,
trust company or other financial institution without such approval. Notice of any such assignment of transfer
shall be furnished promptly to the RDA .
SUCCESSORS AND ASSIGNS
This contract shall be binding upon the successors and assigns of the respective parties hereto.
CLAIMS FOR LIENS
The Contractor shall be solely liable for and shall hold the RDA harmless from any and all claims or liens
for labor, services or material furnished to the Contractor in connection with the performance of its obligations
under this contract.
COMPLIANCE WITH LAWS AND PRIME CONTRACT OR GRANT
The Contractor and its employees, subcontractors and agents shall comply with all applicable Federal, State and
Local laws and ordinances, in carrying out the provisions of this contract. The Contractor is hereby advised that
U. S. Environmental Protection Agency Assistance Agreement No. RP-976540-01 is being used by the
Department of Environmental Quality of the State of Louisiana to partially fund this contract. The Contractor is
further advised that the RDA entered a contract for intergovernmental services with the Department of
Environmental Quality of the State of Louisiana for these services.
TAX RESPONSIBILITY:
The Contractor hereby agrees that the responsibility for payment of taxes from the funds received under this
contract shall be the Contractor's obligation.
EMPLOYMENT OF STATE PERSONNEL
In accordance with LSA-R.S. 39:1498.(4) and 1498.2., the Contractor certifies that it has not employed and
will not employ any person to engage in the performance of this contract who is currently an employee of the State
of Louisiana.
COVENANT AGAINST CONTINGENT FEES:
The Contractor warrants that it has not employed or retained any company or person, other than a bona fide
employee working solely for the Contractor, to solicit or secure this contract, and that it has not paid or agreed to
pay any company or person, other than a bona fide employee working solely for the Contractor, any fee,
commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the
award or making of this contract. For breach or violation of this warranty, the RDA shall have the right to annul
this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise
SA recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee.
TERMINATION OF CONTRACT FOR CAUSE
The RDA may terminate this Contract for cause based upon the failure of the Contractor to comply with the
terms and/or conditions of the Contract; provided that the Department shall give the Contractor written notice
specifying the Contractor’s failure. If within fifteen (15) days after receipt of such notice, the Contractor shall not
have either corrected such failure or, in the case of failure which cannot be corrected in fifteen (15) days, begun
in good faith to correct said failure and thereafter proceeded diligently to complete such correction, then RDA
may, at its option, place the Contractor in default and the Contract shall terminate on the date specified in
such notice. The Contractor shall be entitled to receive just and equitable compensation for any satisfactory
work completed on such documents and other materials. The RDA shall be relieved of liability for costs for
any undelivered work as of the effective date of termination and shall be entitled to repayment for any
progress payments made on undelivered work. Notwithstanding the above, the Contractor shall not be relieved of
liability to the RDA for damages sustained by the RDA by virtue of any breach of the agreement by the
Contractor, and the RDA may withhold any payments to the Contractor for the purpose of setoff until such
time as the exact amount of damages due the RDA from the Contractor is determined.
TERMINATION FOR THE CONVENIENCE OF THE RDA
The RDA may terminate the Agreement at any time by giving fifteen (15) days written notice to the Contractor. If
the Contract is terminated by the RDA as provided herein, the Contractor shall promptly submit a statement
showing in detail the actual services performed to date of termination. The Contractor shall then be paid the
proportion of the total contract amount which bears the same ratio as the services completed bears to the total
scope of services called for in this agreement, less payments of compensation previously made for allowable
costs, including non-cancelable commitments.
MINORITY/WOMEN BUSINESS ENTERPRISE GOALS
The Contractor agrees to ensure that minority/women business enterprises have the maximum opportunity to
participate in the performance of this contract and any subcontracts for supplies, equipment, construction, or
services that may be let. In this regard, the Contractor shall take all necessary and reasonable steps to ensure
that minority/women business enterprises have the maximum opportunity to compete for and perform services
relating to this contract. The following affirmative steps for utilizing MBE/WBEs are required:
1. Solicitations for products or services shall be sent to firms/individuals listed as MBE’s and WBE’s.
2. Where feasible, divide total requirements into smaller tasks to permit maximum MBE/WBE participation.
3. Where feasible, establish delivery schedules which will encourage MBE/WBE participation.
4. Encourage use of the services of the U. S. Department of Commerce’s Minority Business Development
Agency
(MBD) and the U. S. Small Business Administration to identify MBE/WBE’s.
5. Require that each party to a subcontract takes the affirmative steps outlined here.
ANTIDISCRIMINATION
The contractor agrees to abide by the requirements of the following as applicable: Title VI of the Civil Rights
Act of 1964 and Title VII of the Civil Rights Act of 1964, as amended by the Equal Employment Opportunity
Act of 1972, Federal Executive Order 11246 as amended, the Rehabilitation Act of 1973, as amended, the
Vietnam Era Veteran's Readjustment Assistance Act of 1974, Title IX of the Education Amendments of 1972,
the Age Discrimination Act of 1975, the Fair Housing Act of 1968 as amended, and contractor agrees to abide
by the requirements of the Americans with Disabilities Act of 1990. Contractor agrees not to discriminate in its
employment practices, and will render services under this contract without regard to race, color, religion, sex,
sexual orientation, national origin, veteran status, political affiliation or disabilities. Any act of discrimination
committed by Contractor, or failure to comply with these statutory obligations when applicable shall be grounds
SA for termination of this contract.
CODE OF ETHICS FOR STATE EMPLOYEES:
The Contractor is hereby advised that contractors may, in certain circumstances, be deemed "public employees"
as interpreted by the Louisiana Commission of Ethics for Public Employees. The Contractor shall be responsible
for determining that there will be no conflict or violation of the Ethics Code. By signing this contract the
company official certifies that there is no conflict or violation of the Ethics Code.
AMENDMENTS:
No amendment shall be effective unless it is in writing, signed by duly authorized representatives of both
parties, and approved by the RDA.
INSURANCE, INDEMNITY AND LEGAL REGULATIONS
Insurance, indemnity requirements and legal regulations shall conform to those stated in the Contract Documents.
RIGHT TO AUDIT CLAUSE
The Contractor shall permit the authorized representative of the RDA to periodically inspect and audit all data
and records of the Contractor relating to his performance under this contract. Additionally, the Contractor
shall allow the State, through the Legislative Auditor, and/or the Office of the Governor, Division of
Administration, and/or the Department of Environmental Quality Internal Audit Section, shall be entitled to audit
the books, documents, papers and records of the Contractor and any subcontractors which are reasonably related
to this contract. The Contractor and its subcontractors shall maintain all books, documents, papers, accounting
records and other evidence pertaining to costs incurred and shall make such materials available at their
respective offices at all reasonable times during the contract period and for three years from date of final
payment under this contract, for inspection by the RDA, the Department, and/or Legislative Auditor, and copies
thereof shall be furnished if requested.
IN WITNESS WHEREOF, the parties hereto have executed this agreement effective as of the date first
written above.
WITNESSES:
EAST BATON ROUGE
REDEVELOPMENT AUHTORITY
RDA
By
Walter Monsour, President and
CEO
Contractor
By
Typed Name & Title
SA PERFORMANCE AND PAYMENT BOND
That we, the undersigned
as principal, hereinafter referred to as
"Contractor" and
duly authorized to transact business in the State of
Louisiana as surety, are held and firmly bound unto the East Baton Rouge Redevelopment Authority, hereinafter referred to as
"RDA", in the penal sum of
($)
lawful money of the United States, for the
payment of which well and truly to be made, the said principal and the said surety do hereby bind ourselves, our heirs, executors,
administrators, and assigns, jointly and severally, by these presents as follows:
The condition of this obligation is such that whereas, the Contractor by an instrument in writing attached hereto and bearing
date of
has agreed with said RDA to furnish labor, materials, tools and equipment to construct:
BROWNFIELDS CLEANUP – EAST BATON ROUGE REDEVELOPMENT AUTHORITY
1509 GOVERNMENT STREET SITE
, as shown on plans and specified thereby and in the specifications, proposals and contract forming the contract documents
thereto attached.
NOW THEREFORE, if said Contractor shall well and truly in good, sufficient and workmanship manner, and to the
satisfaction of the RDA, perform and complete the work required and shall pay all costs, charges, rentals and expenses for
labor, material, supplies and equipment and deliver the said improvement to the RDA complete and ready for occupancy or
operation, and free from all liens, encumbrances or claims for labor, material or otherwise; and shall pay all other
expenses lawfully chargeable to the RDA by reason of any default or neglect of the said Contractor in the performance of
said agreement and said work, then this obligation shall be void, otherwise to remain in full force and effect.
PROVIDED FURTHER, That the said surety for value received hereby stipulates and agrees that no change, extension of time,
alterations, or addition to the terms of that contract, or the work to be performed thereunder, or the specifications accompanying
the same, shall in anywise affect its obligation on the bond and it does hereby waive notice of any change, extension of time,
alterations, or addition to the terms of the contract, or the work, or the specifications.
PROVIDED FURTHER, That if the Contractor, or his, their, or its subcontractors fail to duly pay for any labor, materials,
team hire, sustenance, provisions, provender or any other supplies or materials used or consumed or for any materials or supplies
furnished for use by such contractors or his, their, or its subcontractors in performance of the work contract to be done, the Surety
will pay the same in any amount not exceeding the sum specified in the bond, together with interest and attorney's fees as
provided by law.
IN WITNESS WHEREOF, Said Principal and Surety have hereunto set their hands and seals this
, 20 .
Contractor
Address
By
Witness
Surety
Address
By
Witness
Typed Name and Title
AG
day of
AFFIDAVIT
STATE OF LOUISIANA
PARISH OF EAST BATON ROUGE
BEFORE ME, the undersigned authority, personally came and appeared:
who, being first duly sworn did depose and say:
That he is a duly authorized representative of
receiving value for services rendered in connection with
BROWNFIELDS CLEANUP – EAST BATON REOUG REDEVELOPMENT AUTHORITY
1509 GOVERNMNET STREET SITE
a project of the East Baton Rouge Redevelopment Authority; that he has employed no person, corporation, firm,
association, or other organization, either directly or indirectly, to secure the public contract under which he received
payment, other than persons regularly employed by him whose services in connection with the construction,
alteration, or demolition of the public building or project or in securing the public contract were in the regular course
of their duties for him; and that no part of the contract price received by him was paid or will be paid to any person,
corporation, firm, association, or other organization for soliciting the contract, other than the payment of their normal
compensation to persons regularly employed by him whose services in connection with the construction of the public
building or project were in the regular course of their duties for him.
This affidavit is executed in compliance with the provisions of LA.R.S. 38:2224.
AFFIANT’S SIGNATURE
SWORN TO AND SUBSCRIBED before me, on this
20
.
day of
Baton Rouge, Louisiana.
NOTARY PUBLIC
AG
APPENDIX A
ASBESTOS ABATEMENT SPECIFICATIONS
June 2014 RFP – 1509 Government Street Brownfields Cleanup ASBESTOS ABATEM
MENT SPECIFIC
P
CATIONS
Forrmer Enttergy Gen
nerating Facility
F
150
09 Govern
nment Sttreet
Batton Roug
ge, Louisiiana
CB&
&I Project No.
N 151989
Mayy 2014
Subm
mitted to:
ge Redevelop
pment Autho
ority
East Baton Roug
801 North Blvd, Suite 200
on Rouge, Lo
ouisiana 708
802
Bato
Subm
mitted by:
CB&
&I
4171
1 Essen Lanee
Bato
on Rouge LA
A 70809
CONTENTS
1 SUMMARY OF WORK
1-3 2 DEFINITIONS
2.1 General Definitions
2.2 Definitions Relative to Asbestos Abatement
2.3 Acronyms
3 SUBMITTALS
3.1 Schedule, Format, and Quality Assurance
3.2 Requirements for Contractor’s Work Plan
3.3 Requirements of Site-Specific Post-job Submittals
3-1 3-1 3-1 3-2 4 PRODUCTS AND EQUIPMENT
4.1 Purpose
4.2 Product Delivery and Storage
4.3 Encapsulants
4.4 Adhesive Removal Solvents
4.5 Wetting Agents
4.6 Polyethylene Sheet
4.7 Duct Tape
4.8 Spray Cement
4.9 Disposal Containers
4.10 Vacuums
4.11 Negative Air Machines
4.12 HEPA-Filtered Makeup Air Inlets
4.13 Exhaust Ducts from Negative Air Machines
4.14 Protection of Building Materials to Remain
4.15 Scaffolds and Manlifts
4.16 Electrical and Water
4-1 4-1 4-1 4-2 4-2 4-2 4-3 4-3 4-3 4-3 4-3 4-3 4-4 4-4 4-4 4-4 4-4 5 EXECUTION
5.1 Regulatory Compliance
5.2 Administrative Requirements
5.3 General Operations
5.4 Worker Protection
5.5 Respiratory Protection
5.6 Work Area Preparation
5.7 Signs and Labels
5.8 Negative Pressure System
5.9 ACM Removal Procedures
5.10 Visual Inspection
Asbestos Abatement Specifications – 1509 Government Street
2-4 2-4 2-5 2-10 5-1 5-1 5-1 5-2 5-3 5-5 5-7 5-12 5-13 5-18 5-21 May 2014
1-1
5.11 5.12 5.13 Encapsulation Procedures
Air Monitoring
Tear Down and Site Restoration
5-21 5-22 5-23 6 DISPOSAL
6.1 Loading Procedures
6.2 Missing Waste Manifests
6-24 6-25 6-26 7 REGULATIONS, STANDARDS, AND NOTIFICATIONS
7.1 General Applicability of Codes, Regulations, and Standards
7.2 Contractor Responsibility
7.3 Regulations
7.4 Standards
7.5 EPA Guidance Documents
7.6 Notification
7-27 7-27 7-27 7-27 7-29 7-30 7-31 FIGURES
Figure 1 – Site Map
Figure 2 – Building 1, Floor 1
Figure 3 – Building 1, Floor 2
Figure 4 – Building 1, Floor 3
Figure 5 – Building 1, Roof
Figure 6 – Building 2, Floor 1
Figure 7 – Building 2, Floor 2
Figure 8 – Building 2, Roof
Figure 9 – Building 3, Floor 1
Figure 10 – Buidling 3, Roof
Figure 11 – Building 7, Floor 1
Asbestos Abatement Specifications – 1509 Government Street
May 2014
1-2
1 SUMMARY OF WORK
These Project Specifications have been prepared for the removal of asbestos-containing
materials in four buildings within the former Entergy redevelopment site located at 1509
Government Street in Baton Rouge, Louisiana.
The project consists of removing the following asbestos-containing materials:
Base Scope
 Floor Tile and Floor Tile Mastic – Buildings 1, 2 and 3
 Floor Leveling Compound – Building 2
 Piping, Elbows and Fittings – Building 2
 Drywall and Joint Compound – Building 1
 Cementitious Panels – Building 2 Shed
 Window Caulk – Building 1 and Building 7
 Sink – Building 2
The Base Scope also consists of the removal of carpeting above the asbestos-containing
floor leveling compound which will be removed as regular construction debris.
Additive Scope 1
 Built-Up Roof Flashing – Buildings 1, 2 and 3
Asbestos Abatement Specifications – 1509 Government Street
May 2014
1-3
2 DEFINITIONS
2.1 General Definitions
A.
Approve - The term "approved," where used in conjunction with the Owner’s
action on the Contractor's submittals, applications, and requests, is limited to
the responsibilities and duties of the Environmental Consultant and/or the
Owner. Such approval shall not release the Contractor from responsibility to
fulfill requirements specified within the Specifications, unless otherwise
provided in the Specifications.
B.
Asbestos contractor (AC) – Awarded Louisiana licensed asbestos abatement
contractor.
C.
Directed - Terms such as "directed," "requested," "authorized," "selected,"
"approved," "required," and "permitted" mean "directed by the Owner,"
"requested by the Owner," and similar phrases. However, no implied
meaning shall be interpreted to extend the Owner’s responsibility into the
Contractor's area of construction supervision.
D.
Environmental Consultant (EC) – Asbestos Consulting Firm.
E.
Furnish - The term "furnish" is used to mean "supply and deliver to the
project site, ready for unloading, unpacking, assembly, installation, and
similar operations."
F.
Install - The term "install" is used to describe operations at the project site,
including the actual "unloading, unpacking, assembly, erecting, placing,
anchoring, applying, working to dimension, finishing, curing, protecting,
cleaning, and similar operations."
G.
Owner – East Baton Rouge Redevelopment Authority (EBRRA)
H.
Project site - Project site is the space available to the Contractor for
performance of the work, either exclusively or in conjunction with others
performing other construction as part of the project. The extent of the
project site is shown within the schematic drawings, and may or may not be
identical with the description of the land upon which the project is located.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
2-4
I.
Provide - The term "provide" means "to furnish and install, complete and
ready for the intended use."
J.
Regulations - The term "regulations" includes laws, statutes, ordinances, and
lawful orders issued by authorities having jurisdiction, as well as rules,
conventions, and agreements within the construction industry that control
performance of the Work, whether they are lawfully imposed by authorities
having jurisdiction or not.
K.
Testing laboratories - A "testing laboratory" is an independent entity
engaged to perform specific inspections or tests, either at the project site or
elsewhere, and to report on, and, if required, to interpret results of those
inspections or tests.
2.2 Definitions Relative to Asbestos Abatement
A.
Abatement - Procedures to eliminate and permanently remove the source of
fiber or dust release from asbestos-containing building materials.
B.
Accredited or accreditation (when referring to a person or laboratory) A person or laboratory accredited in accordance with section 206 of Title II
of the Toxic Substances Control Act (TSCA).
C.
Aerosol - A gaseous system consisting of particles, solid or liquid,
suspended in air.
D.
Air lock - System for permitting ingress and egress without permitting air
movement between a contaminated area and an uncontaminated area,
typically consisting of two curtained doorways at least 3 feet apart.
E.
Air monitoring - The process of measuring the fiber concentration of a
specific volume of air.
F.
Amended water - Water to which a surfactant has been added to decrease
the surface tension to 35 or less dynes/cm2.
G.
Asbestos - The asbestiform varieties of serpentine (chrysotile), riebeckite
(crocidolite), cummingtonite-grunerite, anthophyllite, and actinolite or
tremolite
H.
Asbestos debris - Pieces of asbestos-containing material (ACM) that can be
identified by color, texture, or composition; or means dust, if the dust is
determined by an accredited inspector to be ACM.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
2-5
I.
Asbestos-containing building material (ACBM) - Surfacing ACM,
thermal system insulation ACM, or miscellaneous ACM that is found in or
on interior structural members or other parts of a building.
J.
Asbestos-containing material (ACM) - Any material containing more than
1 percent by weight of asbestos of any type or mixture of types.
K.
Asbestos-containing waste material - Any material which is or is
suspected of being asbestos-containing or any material contaminated with an
asbestos-containing material, which is to be removed from a work area for
disposal.
L.
Authorized visitor - The Owner, Consultant, emergency personnel or a
representative of any federal, state, or local regulatory or other agency
having authority over the project.
M.
Barrier - Any surface that seals off the work area to inhibit the movement
of fibers.
N.
Breathing zone - A hemisphere forward of the shoulders with a radius of
approximately 8 to 10 inches.
O.
Bridging encapsulant - An encapsulant that forms a discrete layer on the
surface of an in situ asbestos or lead matrix.
P.
Ceiling concentration - The concentration of an airborne substance that
shall not be exceeded.
Q.
Changing room - see clean room.
R.
Clean room - An uncontaminated area or room which is part of the worker
decontamination enclosure system, with provisions for storage of workers’
street clothes and protective equipment.
S.
Curtained doorway - A device to allow ingress or egress from one room to
another while permitting minimal air movement between the rooms.
Typically constructed by placing three overlapping sheets of plastic over a
framed opening and securing each along the top of the opening, with the
vertical edge of the first sheet secured along one vertical side of the opening,
and the vertical edge of the next sheet secured along the opposite vertical
side, etc. Each curtain shall be weighted at the bottom. Two curtained
doorways spaced a minimum of 3 feet apart form an air lock.
T.
Decontamination enclosure system - A series of connected rooms, with an
air lock between any two adjacent rooms, for the decontamination of
Asbestos Abatement Specifications – 1509 Government Street
May 2014
2-6
workers or of materials and equipment.
system always contains an air lock.
A decontamination enclosure
U.
Disposal bag - Properly labeled 6-mil thick, leak-tight plastic bag used for
transporting asbestos waste from work site to disposal site.
V.
Encapsulant - A material that surrounds or embeds asbestos fibers in an
adhesive matrix, to prevent release of fibers.
W.
Encapsulation - Treatment of asbestos-containing materials, with an
encapsulant.
X.
Equipment decontamination enclosure system - A decontamination
enclosure system for materials and equipment, typically consisting of a
designated area of the work area, a washroom, and an uncontaminated
holding area.
Y.
Equipment room - A contained area or room which is part of the worker
decontamination enclosure system, with provisions for storage of
contaminated clothing and equipment.
Z.
Filter - A media component used to remove solid or liquid particles from
the inspired air or water.
AA.
Friable asbestos material - Material that contains more than 1.0 percent
asbestos by weight and that can be crumbled, pulverized, or reduced to
powder by hand pressure when dry.
BB.
Glovebag technique - Those asbestos removal and control techniques put
forth in 29 CFR 1926.1101 (g)(5)(ii).
CC.
HEPA filter - A high efficiency particulate air (HEPA) filter capable of
trapping and retaining 99.97 percent of particles greater than 0.3 microns in
diameter.
DD.
HEPA filter vacuum collection equipment (or vacuum cleaner) - High
efficiency particulate air filtered vacuum collection equipment with a filter
system capable of collecting and retaining asbestos fibers. Filters should be
of 99.97 percent efficiency for retaining fibers of 0.3 microns or larger.
EE.
High-efficiency particulate air filter (HEPA) - Refers to a filtering system
capable of trapping and retaining 99.97 percent of all monodispersed
particles 0.3 microns in diameter or larger.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
2-7
FF.
Holding area - A chamber between the washroom and the uncontaminated
area in the equipment decontamination enclosure system. The holding area
comprises an air lock.
GG.
Manifest – Documentation in accordance with EPA and/or DOT
regulations.
HH.
Negative pressure Air pressure lower than surrounding areas,
minimum -0.02 inches of water pressure differential, caused by exhausting
air from a sealed space (work area).
II.
Negative pressure respirator - A respirator in which the air pressure inside
the respiratory-inlet covering is positive during exhalation in relation to the
air pressure of the outside atmosphere and negative during inhalation in
relation to the air pressure of the outside atmosphere.
JJ.
Negative pressure ventilation system - A local exhaust system, utilizing
HEPA filtration, capable of maintaining a negative pressure inside the work
area and a constant air flow from adjacent areas into the work area and
exhausting that air outside the work area.
KK.
Nonfriable asbestos material - Material that contains asbestos in which the
fibers have been immobilized by a bonding agent, coating, binder, or other
material so that the asbestos is well bound and will not normally release
asbestos fibers during any appropriate use, handling, storage, or
transportation. It is understood that asbestos fibers may be released under
other conditions such as demolition, removal, or mishap.
LL.
PCM - Refers to polarized light microscopy, an analytical technique
utilizing a polarized light microscope that can determine the total fiber count
of an air sample.
MM. Penetrating encapsulant - An encapsulant that is absorbed by the in situ
asbestos matrix without leaving a discrete surface layer.
NN.
Personal monitoring - Sampling of the asbestos fiber concentrations within
the breathing zone of an employee.
OO.
Personnel decontamination unit - See worker decontamination enclosure
system.
PP.
Pressure differential and ventilation system - A local exhaust system,
utilizing HEPA filtration capable of maintaining a pressure differential with
the inside of the work area at a lower pressure than any adjacent area, and
Asbestos Abatement Specifications – 1509 Government Street
May 2014
2-8
which cleans recirculated air or generates a constant air flow from adjacent
areas into the work area.
QQ.
Protection factor - The ratio of the ambient concentration of an airborne
substance to the concentration of the substance inside the respirator at the
breathing zone of the wearer. The protection factor is a measure of the
degree of protection provided by a respirator to the wearer.
RR.
Qualified person (QP) - A qualified person who has been licensed by the
state of Louisiana and is, therefore, accredited under a legitimate State
Model Accreditation Plan as described in 40 CFR 763 as an Abatement
Monitor. The QP must be qualified to perform visual inspections as
indicated in ASTM E 1368-99.
SS.
Removal encapsulant - A penetrating encapsulant specifically designed to
minimize fiber release during removal of asbestos-containing materials
rather than for in situ encapsulation.
TT.
Respirator - A device designed to protect the wearer from the inhalation of
harmful atmospheres.
UU.
Surfactant - A chemical wetting agent added to water to improve
penetration, thus reducing the quantity of water required for a given
operation or area.
VV.
TEM - Refers to transmission electron microscopy.
WW. 8-Hour Time Weighted Average (TWA8) - The average concentration of a
contaminant in air during an 8-hour work period.
XX.
Visible emissions - Any emissions containing particulate asbestos material
that are visually detectable without the aid of instruments. This does not
include condensed uncombined water vapor.
YY.
Waste shipment record – See manifest.
ZZ.
Wet cleaning - The process of eliminating asbestos contamination from
building surfaces and objects by using cloths, mops, or other cleaning
utensils which have been dampened with amended water or diluted removal
encapsulant, and afterwards thoroughly decontaminated or disposed of as
asbestos-contaminated waste.
AAA. Wetting agent - A chemical added to water to reduce the water's surface
tension thereby increasing the water's ability to soak into the material to
which it is applied. An equivalent wetting agent must have a surface tension
Asbestos Abatement Specifications – 1509 Government Street
May 2014
2-9
of at most 2.9 Pa (29 dynes per square centimeter) when tested in
accordance with ASTM D 1331.
BBB. Work area - The area where asbestos related work or removal operations
are performed which is defined and/or isolated to prevent the spread of
asbestos fibers or debris, and entry by unauthorized personnel. Work area is
a regulated area as defined by 29 CFR 1926 and 29 CFR 1910.
CCC. Worker decontamination enclosure system - A decontamination
enclosure system for workers, typically consisting of a dirty room, shower
room, and clean room.
2.3 Acronyms
Trade association names and titles of general standards are frequently abbreviated. The
following acronyms or abbreviations are defined to mean the associated names. Names
and addresses are subject to change, and are believed to be, but are not assured to be,
accurate and up-to-date as of date of Specifications.
AIHA
American Industrial Hygiene Association
2700 Prosperity Avenue, Suite 250
Fairfax, Virginia 22031
703-849-8888
www.aiha.org
ANSI
American National Standards Institute
11 West 42nd Street
New York, New York 10036
212-642-4900
www.ansi.org
ASTM
American Society for Testing and Materials
100 Barr Harbor Drive
West Conshohocken, Pennsylvania 19428-2959
215-299-5400
www.astm.org
CFR
Code of Federal Regulations
Available from Government Printing Office
Washington, DC 20402
(usually first published in Federal Register)
202-783-3238
Asbestos Abatement Specifications – 1509 Government Street
May 2014
2-10
DOT
Department of Transportation
400 Seventh Street, SW
Washington, DC 20590
202-426-4000
EPA
Environmental Protection Agency
401 M Street, SW
Washington, DC 20460
202-382-3949
www.epa.gov
MSHA
Mine Safety and Health Administration
4015 Wilson Boulevard, Room 601
Arlington, Virginia 22203
703-235-1452
www.msha.gov
NBLS
National Bureau of Labor Standards Region IV – Atlanta
61 Forsyth Street SW, Room 7750
Atlanta, Georgia 30303
404-331-3451
www.bls.gov
NIOSH
National Institute for
Occupational Safety and Health
944 Chestnut Ridge Road
Morgantown, West Virginia 26505
www.cdc.gov/niosh
NIST
National Institute of Standards and Technology
100 Bureau Drive
Stop 3460
Gaithersburg, Maryland 20899
301-975-6478
www.nist.gov
OSHA
Occupational Safety and Health Administration
200 Constitution Avenue
Washington, DC 20210
202-693-1999
www.osha.gov
Asbestos Abatement Specifications – 1509 Government Street
May 2014
2-11
UL
Underwriters Laboratories
333 Pfingsten Rd.
Northbrook, Illinois 60062
847-272-8800
www.ul.com
Asbestos Abatement Specifications – 1509 Government Street
May 2014
2-12
3 SUBMITTALS
3.1 Schedule, Format, and Quality Assurance
A.
The Asbestos Contractor (AC) must compose and submit two bound sets and
one electronic copy of a project work plan and prior to the start of any
mobilization for the Project. The EC will provide comments, in writing to
the AC. The AC must respond to the written comments prior to the start of
any mobilization for the Project.
B.
The AC must compose and submit two bound sets and one electronic copy of
a health and safety plan and prior to the start of any mobilization for the
Project. The EC will provide comments, in writing to the AC. The AC must
respond to the written comments prior to the start of any mobilization for the
Project. The health and safety plan may be submitted as an appendix to the
work plan.
C.
The AC must submit two bound copies and one electronic copy of the
“Project Postjob Submittal” to the EC 15 days after the project field is
completed. One copy must be bound and the other copy must be unbound.
D.
Each submittal must be carefully reviewed prior to delivery to the EC.
E.
Each submittal must have a cover page, table of contents, and a signature
page with the signature of an authorized AC representative. The signature on
the submittal will serve as proof that the proper quality assurance procedures
were taken to ensure accuracy of the submittal.
F.
Copies of the AC’s work plan and health and safety plan must be kept on site
by the AC at all times during work activities.
3.2 Requirements for Contractor’s Work Plan
A.
Supervisor’s training documentation (in accordance with Section 5.2.1).
B.
Worker’s training documentation (in accordance with Section 5.2.1).
C.
Written respiratory protection program (in accordance with Section 5.3).
Asbestos Abatement Specifications – 1509 Government Street
May 2014
3-1
D.
Respiratory training documentation (in accordance with Section 5.3.4).
E.
Fit testing documentation (in accordance with Section 5.3.3).
F.
Medical surveillance documentation (in accordance with Sections 5.2.2
and 5.3.2).
G.
Example of Daily Logs, sign-in/sign-out logs,
H.
Examples of OSHA Air Monitoring Log and Laboratory Chains of Custody.
I.
Written protocol for conducting OSHA air monitoring.
J.
Product/equipment submittals, including Equipment Certifications as
described in Section 4.
K.
Copy of LDEQ Notifications (including AAC-2).
L.
Written Hazard Communication Plan, including copies of all material safety
data sheets (MSDSs) for any chemical products planned to be transported to,
used, or stored on site.
M.
Identification of approved landfill to be used.
N.
A written schedule of the major work tasks, including preparation, gross
removal, fine cleaning, and clearance testing. The schedule should include
the days planned for each task, including all weekends and holidays.
3.3 Requirements of Site-Specific Post-job Submittals
A.
Brief narrative of work performed including a description of the remedial
activities.
B.
Submittal of completed Daily Logs and Sign In/Out Sheets.
C.
OSHA air monitoring data.
D.
Copies of receipts, invoices, or other documentation received from landfills.
E.
Photographs of work before, during, and after implementation.
F.
Documentation of all fiber release episodes, communications, and actions
related to the fiber release, if any.
G.
Waste manifests and disposal documentation including volume and final
disposal location.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
3-2
4 PRODUCTS AND EQUIPMENT
4.1 Purpose
This section provides the AC with product specifications and product storage, as well as
procedures for allowing substitutions.
4.2 Product Delivery and Storage
A. Delivery:
B.

Products subject to delivery or storage shall be delivered in their original
manufacturer’s packaging with MSDS, if appropriate.

Products shall be delivered in containers appropriate for the product.
Products shall bear the manufacturer’s original wrapping with sufficient
information thereon to determine that they meet the requirements of the
Contract documents.

Testing agencies or association labels attesting to a particular quality
standard shall be affixed at the point of manufacture.
Storage – The AC shall:

Comply with safety requirements or manufacturer’s recommendations in
the storage of products.
Ensure that stored materials do not exceed the structural limitations of building areas on
which they are stored.
Keep materials stacked (with the exception of 55-gallon drums), well ventilated, covered,
and protected against water and wind damage.
Stack on supports of adequate strength and spacing to prevent material damage or
deformation.
Provide sufficient clearance from the supporting substrate to prevent direct contact with
water or moist surfaces.
Provide secondary containment for liquid materials to prevent a spill from occurring.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
4-1
4.3 Encapsulants
Encapsulants shall conform to current USEPA requirements (shall not contain one or
more of 17 targeted chemicals), shall contain no toxic or hazardous substances as defined
in 29 CFR PART 1926.59, and shall conform to the following performance requirements.
Lock-Down Encapsulant
Requirement
Test Standard
Flame Spread: 25, Smoke Emission - 50
ASTM E 84-99
Life Expectancy: 20 years
ASTM C 732-95
Accelerated Aging Test
Permeability: Minimum 0.4 perms
ASTM E 96-95
Fire Resistance: Negligible affect on
fire resistance rating over 3 hour test
(Tested with fireproofing over encapsulant
applied directly to steel member)
ASTM E 119-98
Bond Strength: 1459 N of force/meter
(100 pounds of force/foot)
(Tests compatibility with cementitious and
fibrous fireproofing)
ASTM E 736-92
The AC must verify that the lock-down
is compatible with new fireproofing material.
4.4 Adhesive Removal Solvents
Adhesive removal solvents shall conform to current USEPA requirements (shall not
contain one or more of the 17 targeted chemicals), shall contain no toxic or hazardous
substances as defined in 29 CFR PART 1926.59, shall have a flash point greater than
140oF, and shall be of a “low odor” formulation. Approved products include, but are not
limited to, the following:
A. Sentinel 747 Low Odor Chemical
B. Sentinel 7200 High Flash, Low Odor Chemical
C. AG Environmental Products, L.L.C., Soygold 3000
4.5 Wetting Agents
Wetting agents shall be nontoxic, 9 mole ethoxylated alcohol or equivalent.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
4-2
4.6 Polyethylene Sheet
Provide a flame retardant, single polyethylene film in the largest sheet size possible to
minimize seams, 6.0-mil thickness, opaque, and black.
4.7 Duct Tape
Provide duct tape in 2" or 3" widths, with an adhesive that is formulated to stick
aggressively to sheet polyethylene.
4.8 Spray Cement
Provide spray adhesive in aerosol cans that is specifically formulated to stick tenaciously
to sheet polyethylene (shall not contain one or more of the 17 targeted chemicals).
4.9 Disposal Containers
Provide leak-tight disposal containers labeled as required by Section 5.5.2.
4.10 Vacuums
Vacuums shall be leakproof to the filter and equipped with HEPA filters. Filters on
vacuums shall conform to ANSI Z9.2 and UL 586. Do not use power tools to remove
ACM unless the tool is equipped with effective, integral shroud and HEPA filtered
exhaust ventilation systems. Remove all residual asbestos from reusable tools prior to
storage or reuse.
4.11 Negative Air Machines
Negative air pressure systems shall be installed and operated continuously in all work areas
and glove-bag work areas. The manufacturer's instructions for equipment use shall be
followed for negative air filtration units. A negative pressure system is one in which the
static pressure in an enclosed work area is lower than that of the environment outside the
containment barriers.
The pressure gradient is maintained by moving air from the work area to the environment
outside the area via powered exhaust equipment at a rate that will provide the desired air
flow and pressure differential. Thus, the air moves into the work area through designated
access spaces and any other barrier openings. The air is filtered by high-efficiency
particulate air (HEPA) filters (to remove asbestos fibers) prior to being exhausted to the
outside.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
4-3
4.12 HEPA-Filtered Makeup Air Inlets
Provide manufactured air inlet vent equipped with a hinged HEPA filter which will seal
effectively at a pressure of less than 0.0175 inches of water column. Air inlet shall be
equal to Red Baron "HEPA-Vent," as manufactured by Global Consumer Services.
4.13 Exhaust Ducts from Negative Air Machines
Exhaust ducts from negative air machines shall be flexible polyethylene ducts
manufactured for this purpose and sized to fit the outlet of the machines. Ducts fieldfabricated from plastic sheeting will not be permitted.
4.14 Protection of Building Materials to Remain
Protect building equipment, electronics, and building surfaces and envelopes that are not
the subject of this scope of work for the duration of the project.
Protect sprinkler heads from damage, if present.
4.15 Scaffolds and Manlifts
The AC will understand and adhere to all OSHA Regulations pertaining to fall protection,
use of scaffolding, and use of manlifts.
4.16 Electrical and Water
Owner will de-energize the electrical systems within the regulated area prior to the AC’s
mobilization. Owner will provide water and sufficient temporary power to the AC for the
execution of the AC’s work.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
4-4
5 EXECUTION
5.1 Regulatory Compliance
All asbestos abatement activities shall be performed in complete compliance with the
following state and federal regulations:
1. 29 CFR 1910, General Industry Standards, latest edition, except for Section 1001(c)
and (d).
2. 29 CFR 1926.1101, Construction Industry Standards, latest edition.
3. 40 CFR Part 61, NESHAP, latest edition.
4. American National Standard Institute Z88.2, latest edition.
5. Louisiana Environmental Regulatory Code (ERC), Title 33: Part III, Chapters 27 & 51,
latest edition.
5.2 Administrative Requirements
The Contractor should carefully read any Notice to Contractors, General Provisions,
Special Provisions, and Specifications contained in other parts of this specification as
they govern the work to be performed. Prior to submitting the Bid, the Bidder is
encouraged to examine the condition of the work area and any existing structure upon
which the specified work is to be applied or performed.
Should the Contractor discover during the progress of the work, subsurface or latent
physical conditions at the site differing materially from those indicated in the contract, or
unknown physical conditions at the site of an unusual nature, differing materially from
those ordinarily encountered and generally recognized as inherent in work of the
character provided for in the contract, work shall be suspended temporarily, the Project
Manager shall be promptly notified, in writing, of such unforeseen conditions along with
a detailed cost break down of work to be done before they are disturbed. The Project
Architect will, thereupon, promptly investigate the conditions and, if he finds they do so
materially differ and cause an increase or decrease in the cost of, or the time required for
performance of the contract, an equitable adjustment will be made and the contract
modified accordingly.
DAVIS BACON ACT COPMLIANCE
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-1
Contractor shall comply with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as
supplemented by Department of Labor regulations (29 CFR part 5). Contractor should be
aware that specific compliance with the Davis-Bacon Act may require, but is not limited
to, that the Contractor:
1. Meet the locally prevailing wage rates for laborers and mechanics in effect at the time
the contract is executed
2. Pay wages not less than once a week
3. Submit payroll information and a “Statement of Compliance” regarding payment of
Davis-Bacon wages on a weekly basis to the East Baton Rouge Redevelopment Authority
4. Post DOL’s Employee Fair Compensation Notice at the work site, along with a list of
locally prevailing wage rates (the DOL site notice can be found at
http://www.dol.gov/whd/regs/compliance/posters/fedprojc.pdf.
5. Allow on-site verification/interviews with workers entitled to Davis-Bacon wages for
comparison with payroll records to confirm and document compliance with Davis-Bacon
requirements.
5.3 General Operations
All of the following general, emergency, and safety requirements shall be at the work site
prior to the passing of the prejob work area inspection. The AC Supervisor must be
present at all times during work activities. The AC shall ensure at least one member of
the crew has current CPR and first-aid training. Work cannot begin until all items are in
place including, but not limited to:
A.
Aerosol boat horn to announce emergencies.
B.
Map or diagram of work area with exit and decon locations clearly marked
(POSTED).
C.
Emergency telephone numbers posted adjacent to nearest telephone.
D.
Emergency exit in work area clearly marked with florescent paint. Mark area
of exit and identify by writing "EXIT" in English and Spanish.
E.
Fire extinguishers:

Minimum of 1 each Class ABC dry chemical fire extinguisher in decon
area (hung and marked)
F.
First-aid kit of adequate for size of crew.
G.
Approved Floor-Specific Prejob Submittals.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-2
H.
Approved Project Prejob Submittal.
I.
Project Specifications.
J.
Personnel air sample data sheets. THESE MUST BE POSTED WITHIN
24 HOURS.
K.
Respirator cleaning and sanitizing supplies available at all times, per
applicable OSHA regulation.
L.
Respirator storage per applicable OSHA regulation.
M.
Ground fault circuit interrupters used on all electrically operated equipment.
N.
Structurally sound, approved, and inspected scaffolding and ladders per
applicable OSHA regulation.
5.4 Worker Protection
Provide worker protection as required by the most stringent OSHA and/or EPA standards
applicable to the work. Worker protection includes: proper training, medical exams,
personal protective equipment, and proper procedures. The following sections present
minimums to be adhered to regardless of airborne concentrations in the work area.
5.4.1 Asbestos Worker and Supervisor Training
Workers entering the abatement work area will be licensed Louisiana Asbestos
Abatement Workers or Contractor/Supervisors. All personnel involved in the asbestos
control work must be trained in accordance with state of Louisiana training criteria.
Training documentation of all credentialed personal must be made available on-site.
5.4.2 Medical Examinations
Before exposure to airborne asbestos fibers, provide workers with a comprehensive
medical examination as required by 29 CFR 1926.1101. This requirement must be
satisfied prior to the first day of work. The same medical examination shall be given on
an annual basis to employees engaged in an occupation involving asbestos and within
30 calendar days before or after the termination of employment in such occupation.
The AC must provide to the EC, in accordance with Section 3, physicians written opinion
from the examination, including the following:
A. Whether worker has any detected medical conditions that would place the
worker at an increased risk of material health impairment from exposure to
asbestos. Do not disclose any medical conditions.
B. Any recommended limitations on the worker or on the use of personal
protective equipment, such as respirators.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-3
C. Statement that the worker has been informed by the physician of the results
of the medical examination and of any medical conditions that may result
from asbestos exposure.
D. Date of the examination and signature of physician.
E. Copy of information that was provided to physician in compliance with
29 CFR 1926.
The AC must maintain complete and accurate records of employees' medical
examinations, medical records, and exposure data for a period of 30 years after
termination of employment, and make records of the required medical examinations and
exposure data available for inspection and copying to: The Assistant Secretary of Labor
for Occupational Safety and Health (OSHA), or their authorized representatives, and an
employee's physician upon the request of the employee or former employee.
5.4.3 Personal Protective Equipment
The AC will provide all employees, EC representatives, owner representatives, and other
authorized representatives who may inspect the job site the appropriate protective
clothing and equipment, excluding respiratory protective equipment.
The list below describes the protective clothing and equipment required for the Project.
All of the items listed below are required for any person entering the regulated areas, with
the exception of hard hat. Hard hats will only be required when so determined by the EC.
All PPE will be provided at no cost to the employee or EC.
A. Coveralls - Provide durable disposable, full-body coveralls and disposable
head covers, and require that all workers in the work area wear them.
Provide a sufficient number for all required changes, for all workers in the
work area. Make sleeves secure at the wrists and make foot coverings
secure at the ankles by use of tape.
B.
Boots - Provide work boots with nonskid soles for all workers. Thoroughly
clean, decontaminate, and bag boots before removing them from work area
at the end of the work.
C.
Hard hats - Provide head protectives (hard hats) as required by the EC.
Provide hard hats of type with plastic strap type suspension. Thoroughly
clean, decontaminate, and bag hats before removing them from work area at
the end of the work.
D.
Gloves - Provide work gloves to all workers and require that they be worn at
all times. Do not remove gloves from work area. Dispose of work gloves as
asbestos-contaminated waste at the end of the work. Replace gloves when
worn.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-4
E.
Respirators – Provide respirators to employees in accordance with
Section 5.3.
Authorized visitors shall supply their own respiratory
protection.
5.5 Respiratory Protection
The AC must have a designated Program Administrator for the respiratory protection
program. The Program Administrator is responsible for ensuring compliance with
29 CFR 1910.134, including development and implementation of a written respiratory
protection program with work site specific procedures. Written procedures must include
selection of respirators, medical evaluation, fit testing procedures, training, procedures
for cleaning and inspecting respirators, and evaluation of the program.
5.5.1 Selection of Respirators
The AC will provide National Institute for Occupational Safety and Health (NIOSH)
approved respirators and appropriate respirator cartridges for all employees in the work
area. The selection of respiratory protection will be based on the work activity conducted
and airborne levels of fibers. The following represents the acceptable respiratory
protection for this scope of work, as applicable:
A. Decontamination unit (personnel and equipment) construction and work area
preparation can be conducted without respiratory protection.
B. At a minimum, a half face negative pressure respirator using P100 filters will
be utilized for respiratory protection for the duration of the abatement, fine
cleaning and final visual inspection.
C. Fine cleaning and final visual inspection may be conducted in appropriate
respiratory protection based on valid OSHA air monitoring exposure
assessment.
5.5.2 Medical Evaluation
The Program Administrator must ensure that all personnel who participate in the
respiratory protection program have met the medical surveillance elements, including:
A. Medical evaluation prior to fit testing or use of respirator per 29 CFR
1910.134 (e)
B. Medical exam conducted by a physician or other licensed health care
professional (PLHCP)
C. Completion of the form in 29 CFR 1910.134 Appendix C
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-5
5.5.3 Fit Testing Procedures and Documentation
The AC shall document the performance of fit testing for each employee. The following
information will be documented during the fit test:
A. Name of employee being tested
B. Type of fit test used
C. Type of test chemical (irritant smoke)
D. Specific make, model, style, and size of respirator tested
E. Date of test
F. Pass/Fail test results for QLFTs, or the fit factor and strip charts or other
record for QNFTs
The fit test record shall be kept until the next fit test is performed.
5.5.4 Training Requirements
The AC will train all employees participating in the respiratory protection program. This
training will be provided at the time of initial employment, annually, and whenever
changes in respiratory protective equipment or respiratory hazards occur.
The training program shall include the following elements:
A. The basic elements of the AC’s respiratory protection program
B. Responsibilities of Program Administrator and Project Supervisor
C. The criteria for project-specific respirator selection
D. Proper inspection procedures for respirators
E. Maintenance and storage of respirators
F. Regulations concerning respirator use, including a review of 29 CFR
1910.134
G. A review of forms to be used for respirator fit tests, training records, and
respirator inspection records
H. The project-specific reason(s) respiratory protection is required on the work
sites
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-6
I.
The nature, extent, and effects of respiratory hazards to which the person may
be exposed
J.
An explanation of the operation, capabilities, and limitations of the respirator
selected
K. Instruction in donning, checking the fit of, wearing, and use of respirators
Documentation of the employee’s successful completion of the training program shall be
kept on file and provided to the EC.
5.6 Work Area Preparation
This section provides the procedures to install barriers to completely isolate the work area
from other portions of the building and to construct the personnel and equipment
decontamination units, as applicable and necessary. Alternative decontamination methods
and facilities can be utilized with prior approval.
5.6.1 Decontamination Unit
The personnel decontamination unit must be leak-free and consist of three chambers, as
described in Section 5.4.2. All customized designs must be reviewed by the EC prior to
the start of work. The following items are required for the configuration of the personnel
decontamination unit:
A. Filters - Provide cascaded filter units on drain lines from showers or any
other water source carrying asbestos contaminated water from the work
area. Provide units with disposable filter elements as indicated below.
Connect so that discharged water passes primary filter, and output of
primary filter passes through secondary filter.
B. Primary filter - Passes particles 20 microns and smaller
C. Secondary filter - Passes particles 5 microns and smaller
5.6.2 Constructing and Using the Decontamination Unit
Provide a personnel decontamination unit consisting of a serial arrangement of connected
rooms or spaces: clean room, shower room, and dirty room. Require all persons to pass
through this decontamination unit for entry into and exit from the work area for any
purpose. The only exception is a life or death situation for medical evacuation. Do not
allow parallel routes for entry or exit.
Provide temporary lighting within
decontamination units as necessary to reach a lighting level of 100 foot candles.
A. Clean room - Provide a room that is physically and visually separated from
the rest of the floor for the purpose of changing into protective clothing.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-7

Construct using black polyethylene sheeting, at least 6 mil in thickness, to
provide an airtight seal between the changing room and the rest of the
building.
Locate so that access to work area from changing room is through shower room.
Separate changing room from the building by a sheet plastic flapped doorway.
Require workers to remove all street clothes in this room; don respiratory protection
equipment; and dress in clean, disposable coveralls. Do not allow asbestos contaminated
items to enter this room. Require workers to enter this room either from outside the
structure dressed in street clothes, or naked from the showers.
An existing room may be utilized as the changing room if it is suitably located and of a
configuration whereby workers may enter the changing room directly from the shower
room.
Maintain floor of changing room so it is dry and clean at all times. Do not allow
overflow water from shower to wet floor in changing room.
Damp wipe all clean room surfaces twice after each shift change with a disinfectant
solution.
B.
C.
D.
Air lock - Provide an air lock between drying room and changing room. This
is a transit area for workers.

Separate this room from drying room and changing room by black sheet
plastic flapped doorways.

Separate this room from the rest of the building with airtight walls.

Separate this room from the drying and changing rooms with airtight
walls.
Drying room - Provide a drying room as an air lock and a place for workers
to dry after showering.

Separate this room from the rest of the building with airtight walls.

Separate this room from the changing room and shower room with
airtight walls.

Separate from changing room by a sheet plastic flapped doorway.

Provide a continuously adequate supply of clean, disposable bath towels.
Shower room - Provide a completely watertight operational shower to be
used for transit by cleanly dressed workers heading for the work area from
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-8
the changing room, or for showering by workers headed out of the work area
after undressing in the dirty room.
E.
F.

Construct room by providing a shower pan(s) and appropriate number of
shower walls in a configuration that will cause water running down walls
to drip into pan.

Separate this room from the rest of the building with airtight walls.

Separate this room from the drying room and air lock with airtight walls.

Provide showerhead(s) and controls.

Provide temporary extensions of existing hot and cold water and
drainage, as necessary for a complete and operable shower(s).

Provide a soap dish and a continuously adequate supply of soap and
shampoo, and maintain in sanitary condition.

Arrange so that water from showering does not splash into the changing
or equipment rooms.

Arrange water shutoff and drain pump operation controls so that a single
individual can shower without assistance from either inside or outside of
the work area.

Pump waste water to drain or to storage for use in amended water.
Provide 20-micron and 5-micron wastewater filters in line to drain or
wastewater storage. Change filters as necessary or as instructed by EC.
Locate filters inside shower unit so that water lost during filter changes is
caught by shower pan.
Air lock - Provide an air lock between shower room and equipment room.
This is a transit area for workers. Separate this room from equipment room
by a plastic flap doorway.

Separate this room from the rest of the building with airtight walls.

Separate this room from the equipment room and shower room with
airtight walls.

Separate from equipment room by a sheet plastic flapped doorway.
Dirty room - Require work footwear and additional contaminated work
clothing to be left here. This is a change and transit area for workers.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-9
G.
H.

Separate this room from the work area by a 6-mil black polyethylene
flapped doorway.

Separate this room from the rest of the building with airtight walls
fabricated of 6-mil black polyethylene.

Separate this room from the shower room and work area with airtight
walls fabricated of 6-mil black polyethylene.
Air lock - Provide an air lock between equipment room and work area. This
is a transit area for workers.

Separate this room from equipment room and work area by a black sheet
plastic flapped doorways.

Separate this room from the rest of the floor with airtight walls.

Separate this room from the equipment room and work area with airtight
walls.
Work area - Separate work area from the equipment room by polyethylene
barriers. Damp wipe all surfaces after each shift change. Remove
contaminated layer after each shift and provide one additional floor layer of
6-mil polyethylene per shift change.
5.6.3 Equipment and Material Decontamination Sequence
Take all equipment or material from the work area through the equipment
decontamination unit according to the following procedure:
A. At wash-down station, thoroughly wet-clean contaminated equipment or
sealed polyethylene bags and pass into washroom.
B.
When passing equipment or containers into the washroom, close all doorways
of the equipment decontamination unit, other than the doorway between the
wash-down station and the washroom. Keep all outside personnel clear of
the equipment decontamination unit.
C.
Once inside the washroom, wet-clean the bags and/or equipment.
D.
When cleaning is complete, pass items into holding room. Close all
doorways, except the doorway between the holding room and the clean
room.
E.
Workers from the non-regulated area enter holding area and remove
decontaminated equipment and/or containers for disposal.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-10
F.
At no time is a worker from an uncontaminated area to enter the enclosure
when a removal worker is inside.
5.6.4 Work Area Barriers
Once the equipment decontamination unit is constructed, work area barriers need to be
installed. The materials needed to install the work area barriers include:
A. Polyethylene sheets - A single polyethylene film in the largest sheet size
practical to minimize seams, 6-mil thick.
B. Duct tape - Provide duct tape in 2 inch or 3 inch widths, with an adhesive
which is formulated to aggressively stick to sheet polyethylene.
C. Spray adhesive - Provide spray adhesive in aerosol cans which is
specifically formulated to stick tenaciously to sheet polyethylene.
D. Lumber - Provide lumber and plywood as needed to maintain the integrity
on the affected work areas.
The purpose of installing work place barriers is to completely isolate the work area from
other parts of the building (or exterior) and outside work to prevent asbestos-containing
dust or debris from passing beyond the isolated area.
Carry out work of this section sequentially. Complete each activity before proceeding to the
next. The sequence of work required to install the barriers includes:
A. Install critical barriers to isolate remainder of the building from floor to
the ceiling deck –Ensure that the seal is capable of withstanding negative
pressure and a moist environment. Individually seal all ventilation openings
(supply and exhaust), doorways, windows, floor drains, electrical trench
ducts, electric service flooring penetrations and other openings into the
work area with two layers of polyethylene sheeting at least 6 mil in
thickness, taped securely in place with duct tape.
B.
Containment floor – Floors in the drywall/drywall joint compound removal
areas in Building 1 shall be lined with two layers of plastic sheeting having a
thickness of at least 6-mil. The floor containment is designed to help prevent
leaks to the floor below.
C.
Containment walls – Containment walls of 6-mil polyethylene plastic
sheeting will be placed on the exterior (outside) walls enclosing the
drywall/drywall joint compound removal areas in Building 1. These areas
would be placed under HEPA-filtered positive pressure for the duration of
the work.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-11
D.
Seams – Seams in the sheeting material should be minimized to reduce the
possibilities of accidental rips and tears in the adhesive or connections. All
seams in the sheeting should overlap, be staggered, and not be located at
corners or wall-to-floor joints.
E.
Barrier supports – Frames should be constructed to support all unsupported
spans of sheeting.
5.7 Signs and Labels
5.7.1 Signs
Warning signs that demarcate the regulated area shall be provided and displayed at all
regulated accessible locations. Signs shall be posted at such a distance from such a
location that an employee, visitor, or contractor may read the signs and take necessary
protective steps before entering the are marked by the signs.
The warning signs shall bear the following information in English and Spanish:
DANGER
ASBESTOS
CANCER AND LUNG DISEASE HAZARD
AUTHORIZED PERSONNEL ONLY
RESPIRATORS AND PROTECTION CLOTHING
ARE REQUIRED IN THIS AREA
5.7.2 Labels
Labels shall be affixed to all products containing asbestos and to all containers containing
such products, including waste containers.
Labels shall be printed in large, bold letters on a contrasting background and shall contain
the following warning:
DANGER
CONTAINS ASBESTOS FIBERS
AVOID CREATING DUST
CANCER AND LUNG DISEASE HAZARD
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-12
5.8 Negative Pressure System
The purpose of the negative pressure system is to isolate the work area from all adjacent
areas or systems of the building by installing HEPA-filtered exhaust fan unit(s), creating
a pressure differential that will cause a movement of air from outside to inside at any
breach in the physical isolation of the work area of at least -0.02” of water at all times
until the area is “cleared” by the EC.
5.8.1 HEPA Filtered Fan Units
Supply the required number of HEPA filtered fan units to the site, plus one additional as
backup, in accordance with these specifications. Use units that meet the following
requirements:
A. Cabinet - Constructed of durable materials able to withstand damage from
rough handling and transportation. The width of the cabinet should be less
than 30 inches to fit through standard-size doorways. Provide units in
which the cabinets are:

Factory-sealed to prevent asbestos-containing dust from being released
during use, transport, or maintenance

Arranged to provide access to and replacement of all air filters from
intake end

Mounted on casters or wheels
B.
Fans - Rate capacity of fan according to usable air-moving capacity under
actual operating conditions.
C.
HEPA filters - Provide unit(s) in which the final filter is the HEPA type with
the filter media (folded into closely pleated panels) completely sealed on all
edges with a structurally rigid frame.

Provide unit(s) with a continuous rubber gasket located between the filter
and the filter housing to form a tight seal.

Provide HEPA filters that are individually tested and certified by the
manufacturer to have an efficiency of not less than 99.97 percent when
challenged with 0.3 m dioctylphthalate (DOP) particles when tested in
accordance with Military Standard Number 282 and Army Instruction
Manual 136-300-175A. Provide filters that bear a UL 586 label to
indicate ability to perform under specified conditions.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-13

D.
Provide filters that are marked with: the name of the manufacturer, serial
number, airflow rating, efficiency and resistance, and the direction of test
airflow.
Prefilters, which protect the final filter by removing the larger particles, are
required to prolong the operating life of the HEPA filter. Two stages of
prefiltration are required. Provide unit(s) with the following prefilters:

First-stage prefilter - Low-efficiency type (e.g., for particles 100 m
and larger). Change prefilters frequently to increase the life of the HEPA
vacuum (once per hour during gross removal).

Second-stage (or intermediate) filter
(e.g., effective for particles down to 5 m).
-
Medium
efficiency
E.
Provide unit(s) with prefilters and intermediate filters installed either on or in
the intake grid of the unit and held in place with special housings or clamps.
F.
Instrumentation - Provide unit(s) equipped with:
G.

Magnehelic gauge or manometer to measure the pressure drop across
filters and indicate when filters have become loaded and need to be
changed

A table indicating the usable air-handling capacity for various static
pressure readings on the magnehelic gauge affixed near the gauge for
reference, or the magnehelic reading indicating at what point the filters
should be changed, noting cubic feet per minute (cfm) air delivery at that
point

Elapsed time meter to show the total accumulated hours of operation
Safety and warning devices - Provide unit(s) with the following safety and
warning devices:

Electrical (or mechanical) lockout to prevent fan from operating without a
HEPA filter
Automatic shutdown system to stop fan in the event of a rupture in the HEPA filter or
blocked air discharge
Warning lights to indicate normal operation (green), too high of a pressure drop across
the filters (i.e., filter overloading) (yellow), and too low of a pressure drop (i.e., rupture in
HEPA filter or obstructed discharge) (red)
Audible alarm if unit shuts down due to operation of safety systems
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-14
H.
Electrical components - Provide unit(s) with electrical components
approved by the National Electrical Manufacturers Association (NEMA) and
Underwriter's Laboratories (UL). Each unit is to be equipped with overload
protection sized for the equipment. The motor, fan, fan housing, and cabinet
are to be grounded.
5.8.2 Miscellaneous Products
A. HEPA-filtered makeup air inlets – If utilized, provide manufactured air
inlet vent equipped with a hinged HEPA filter which will seal effectively at
a pressure of less than 0.0175 inches of water column.
B. Manometer - Provide differential pressure meters with hard-copy disk or
strip chart printout to monitor maintenance of required pressure differential
between work area and outside areas.
C. Exhaust ducts - Exhaust ducts from negative air machines shall be flexible
polyethylene ducts manufactured for this purpose and sized to fit the outlet
of the machines. Ducts field-fabricated from plastic sheeting will not be
permitted.
5.8.3 Ventilation Requirements
A. Determining the ventilation requirements - Provide fully operational
negative pressure systems supplying a minimum of one air change every
10 minutes, unless otherwise noted within the specific floor work plan.
Determine the volume in cubic feet of the work area by multiplying floor
area by floor-to-floor height. Determine total ventilation requirement in
cubic feet per minute (cfm) for the work area by dividing this volume by the
air change rate.
Ventilation Required (cfm) - Volume of work area (cubic feet) x 1.25
10 (minutes)
B.
Determine number of units needed to achieve 10-minute change rate by
dividing the ventilation requirement (cfm) above by capacity of exhaust
unit(s) used. Capacity of a unit for purposes of this section is the capacity in
cubic feet per minute with fully loaded filters (pressure differential which
causes loaded filter warning light to come on) in the machines labeled
operating characteristics.
Number of Operating Units Needed = Ventilation Requirement (cfm)
Capacity of Unit with Loaded Filters (cfm)
Add one additional standby backup unit in the event of equipment failure or
machine shutdown for filter changing.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-15
C.
Locate exhaust unit(s) so that makeup air enters work area primarily through
decontamination facilities or other supplemental makeup air locations and
traverses work area as much as possible. This may be accomplished by
positioning the exhaust unit(s) at a maximum distance from the worker
access opening or other makeup air sources.
D.
In no case shall the building ventilation system be used as the local exhaust
system for the asbestos control area. Filters on exhaust equipment shall
conform to ANSI Z9.2 and UL 586. The local exhaust system shall
terminate out of doors and remote from any public access or ventilation
system intakes.
E.
Place exhaust ducts from units through an opening in a plywood manifold
(provided by the AC) that has been customized for the window(s) being used
as an exhaust vent to the outside. The plastic around the duct shall then be
sealed with tape. Venting to outside of building may require the use of
additional lengths to accommodate exhaust ducts, but no more than 40 feet.
Negative air exhaust may not be discharged to the inside building, unless
there are no viable alternatives deemed by the EC.
5.8.4 Use of the Negative Pressure System
A. General - Place each plasticized work area under negative air pressure
utilizing HEPA filtration systems. Allow no air movement system or air
filtering equipment to discharge unfiltered air outside the work area.
Maintain a negative pressure on the work area continuously (24 hours per
day) from the start of asbestos removal and until the area has been
decontaminated and certified as such by the required testing. Maintain a
minimum of -0.02 and a maximum of –0.06 inches of water negative
pressure. Exhaust all filtered and discharged air outside the building away
from any air intake devices.
B. Electrical - Electricity will be provided by Owner.
C. Testing the system - Test negative pressure system before any ACM is
disturbed. After the work area has been prepared, the decontamination
facility set up, and the exhaust unit(s) installed, start the unit(s) (one at a
time).
D. Demonstrate operation of the negative pressure system to the EC.
Demonstration will include, but not be limited to, the following:

Plastic barriers and sheeting move lightly in toward work area.

Curtain of decontamination units moves lightly in toward work area.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-16
E.

Manometer indicates a minimum of -0.02 and a maximum of -0.06 inches
of water pressure differential between work area and outside areas.

There is a noticeable movement of air through the decontamination unit.
Use smoke tube to demonstrate air movement from clean room to shower
room, from shower room to equipment room, and from equipment room
to work area.

Use smoke tubes to demonstrate a positive motion of air across all areas
in which work is to be performed.

Use smoke tubes to demonstrate integrity of containment.
Use of system during abatement operations 
Start exhaust unit(s) before disturbing or removing any asbestos
containing material. After abatement work has begun, run unit(s)
continuously to maintain a minimum of -0.02 and a maximum
of -0.06 inches negative pressure until decontamination of the work area
is complete. Do not turn off at the end of the work shift or when
abatement operations temporarily stop. Units will continually remain in
operation until the EC gives written notice to AC of final air clearance.

Start abatement work at a location farthest from the exhaust unit(s) and
proceed toward them. If an electric power failure occurs, immediately
stop all abatement work and do not resume until full power is restored
and all exhaust unit(s) are operating again. When power failure or loss of
negative pressure equipment is expected to last longer than 0.5 hour:
a.
b.
c.
Seal makeup air inlets airtight.
Seal decontamination units airtight after evacuation of all personnel
from the work area.
Notify Owner’s Representative so that adjacent areas will be
monitored for asbestos fiber concentration throughout the power
failure.
Allow exhaust unit(s) to run until completion of work area clearance as specified under
Section 5.10.2 to remove airborne fibers that may have been generated during abatement
work and cleanup and to purge the work area with clean makeup air.
F.
Dismantling the system - When the EC gives notice to the AC of final air
clearance, exhaust unit(s) may be removed from the work area. Before
removal from the work area, remove and properly dispose of prefilter, and
seal intake to the machine with 6-mil polyethylene to prevent environmental
contamination from the filters.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-17
5.9 ACM Removal Procedures
The general sequencing for the removal of the asbestos material for each floor is
presented below. The individual work practices for each are listed in Sections 5.7.1 –
5.7.7.
5.9.1 Removal Procedures for Pipe Insulation, Pipe Elbows and Pipe
Fittings (Building 2)
A. Prepare work areas as previously specified.
B. Install glove bag according to manufacturer’s recommendations, and in
accordance with 29 CFR 1926.1101 (g)(5)(iii).
C. Once installed, one glove bag must be used for each section of material to be
removed and sliding or re-use of a single glove bag is strictly prohibited.
D. Wet the material sufficiently to saturate it to the substrate and remove ACM
in small sections. Spray the asbestos material repeatedly during removal to
maintain wet condition, but do not use excessive amounts of water. Clean
tools and all sections of the pipe and apply appropriate encapsulant on all
surfaces in the bag.
E. Place tools in sleeves and isolate and remove from the interior of the bag.
Collapse the bag using a HEPA vacuum. Isolate the waste in the bottom of
the bag by twisting and taping the upper portion of the bag. As it is
removed, place the bag in a second sealable properly labeled plastic bag of
6-mil minimum thickness and place in labeled containers for transport.
5.9.2 Removal Procedures for Drywall and Drywall Joint Compound
(Building 1)
A. Prepared work area(s) as previously specified.
B. Spray walls in the work areas with a fine mist of amended water. Allow time
for amended water to saturate materials to substrate. Do not over-saturate
to cause excess dripping. Remove the interior drywall sheathing in
manageable quantities and control the descent to floor below. The perimeter
outside wall and the outside poly sheeting barrier is to remain. As the
interior drywall walls are removed, place the material in sealable properly
labeled plastic bags of 6-mil minimum thickness or wrap in 6-mil minimum
thickness plastic sheeting with proper labeling and place in labeled
containers for transport. Spray mist surface continuously during removal
process. Remove residue and debris from remaining wall framing system
and other surfaces within the work areas. If substrate dries before complete
removal of residue, rewet with amended water.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-18
C. After removal of ACM, all surfaces shall be wet-cleaned to remove residual
accumulated material. Continue wet cleaning until surface is free of visible
material.
5.9.3 Removal Procedures for Floor Tile, Floor Tile Mastic and Floor
Leveling Compound (Buildings 1, 2 and 3)
A. Prepare work areas as previously specified.
B. Carpeting located above asbestos-containing flooring materials will be cut
into manageable strips, and where identified asbestos flooring materials are
not attached to the carpeting, can be removed and disposed of as regular
construction debris
C. Spray areas of flooring to be removed with amended water, using airless
spray equipment recommended by surfactant manufacturer capable of
providing a “mist” application to reduce the release of fibers. Wet the
material sufficiently to saturate it to the substrate without excessive
dripping. Spray the asbestos material repeatedly during removal to
maintain wet condition, but do not use excessive amounts of water.
D. Remove the saturated asbestos material in small sections. Do not allow
material to dry out. As it is removed, place the material in sealable properly
labeled plastic bags of 6-mil minimum thickness or wrap in 6-mil minimum
thickness plastic sheeting with proper labeling and place in labeled
containers for transport.
E. After removal of ACM, all surfaces shall be wet-cleaned to remove residual
accumulated material. Continue wet cleaning until surface is free of visible
material.
5.9.4 Removal Procedures for Asbestos-Cement Panels (Building 2 Shed)
A. Prepared work area(s) as previously specified.
B. Spray the asbestos cement panels with a fine mist of amended water. Allow
time for amended water to saturate materials to substrate. Do not oversaturate to cause excess dripping. Remove the mechanical fasteners
attaching the panels, and detach the individual panels. Where feasible,
remove materials intact and control the descent to floor below. Spray mist
surface continuously during removal process. Place the material in properly
labeled sealable plastic bags of 6-mil minimum thickness or wrap in 6-mil
minimum thickness plastic sheeting with proper labeling and place in
labeled containers for transport.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-19
C. After removal of ACM, all surfaces shall be wet-cleaned to remove residual
accumulated material. Continue wet cleaning until surface is free of visible
material.
5.9.5 Removal Procedures for Window Caulking (Buildings 1 and 7)
A. Prepared work area(s) as previously specified.
B. Spray ACM with a fine mist of amended water. Remove materials in
manageable quantities and place them in sealable properly labeled plastic
bags of 6-mil minimum thickness and place in labeled containers for
transport.
C. After removal of ACM, all surfaces shall be wet-cleaned to remove residual
accumulated material. Continue wet cleaning until surface is free of visible
material.
D. For Building 7, the contractor has the option of removing the windows and
caulking intact, wrapping the materials in 6-mil minimum thickness plastic
sheeting with proper labeling and place in labeled containers for transport.
5.9.6 Removal Procedures for Sink Insulation (Building 2)
A. Prepared work area(s) as previously specified.
B. Disconnect water service to the sink.
C. Spray ACM with a fine mist of amended water. Disconnect sink drain and
remove mechanical fasteners from the sink to the counter top. Remove the
sink and sink insulation intact and place it in sealable properly labeled
plastic bags of 6-mil minimum thickness and place in a labeled container
for transport.
5.9.7 Removal Procedures for Roofing Materials - Bid Alternate (Buildings
1, 2 and 3)
In order to ensure that the Category I asbestos containing material does not become
regulated material the use of rotating blade roof cutters or equipment that sand, grind, cut
or abrade the roof material will be strictly prohibited. Removal will be accomplished by
the use of manual methods aided by axes, hatchets, knives, spud bars, pry bars, and/or
shovels. These methods slice, shear, and/or punch which does not constitute “cutting,
sanding, grinding or abrading”. Because these methods do not destroy the structural
matrix or integrity of the material such that the material is crumbled, pulverized or
reduced to powder the material is not subject to the NESHAP regulation.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-20
If power roof cutters are used then the ACM must be wet and the dust collected must be
either HEPA vacuumed along the cut line or by gently sweeping and then carefully and
completely wiping up the still-wet dust and debris left along the cut line.
A. Spray ACM with a fine mist of amended water. Allow time for amended
water to saturate materials to substrate. Do not over-saturate to cause
excess dripping. Remove materials in manageable quantities and control
the descent of the materials as it is lowered to staging area or ground below.
Spray mist surface continuously during removal process. Place the material
in sealable properly labeled plastic bags of 6-mil minimum thickness or
wrap in 6-mil minimum thickness plastic sheeting with proper labeling and
place in labeled containers for transport
B. After removal of the roofing materials, all surfaces shall be cleaned to
remove residual accumulated material and debris in the work area.
Continue cleaning until surface is free of visible material.
5.10 Visual Inspection
The visual inspection will be completed by the EC in accordance with ASTM E 1368-99,
Standard Practice for Visual Inspections of Asbestos Abatement Projects. The visual
inspection includes: a physical examination of the regulated area, touching the surfaces
that the ACM was removed from, inspecting all areas for residue and debris, and using
rags or filter cassettes to perform wipe tests. If debris or residue is found during the
visual inspection, recleaning and reinspection are mandatory. The EC will document the
final visual inspection on the Certification of Visual Inspection form and will require the
signature of the AC Supervisor.
5.11 Encapsulation Procedures
5.11.1 Lock-Down
After passing the visual inspection, a post-removal (lock-down) encapsulant shall be
spray-applied by the AC to ceiling, walls, floors, and other areas exposed in the removal
area. The exposed area shall include, but not be limited to, plastic barriers, exposed
drywall, concrete slabs, articles to be discarded, as well as dirty change room, air locks
for bag removal, and decontamination chambers.
5.11.2 Settling Time
Prior to air monitoring, the EC will allow between 4 and 24 hours for the lock-down
encapsulant to settle/dry.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-21
5.12 Air Monitoring
5.12.1 AC OSHA Monitoring
The AC shall be responsible for collecting daily OSHA air samples. These samples shall
be collected from the worker’s breathing zone, which is 6” to 8” from the respirator. The
sample cassette shall be secured to the collar or lapel of the employee during the
monitoring activity. Samples will be collected for both the 8-hour time weighted average
(TWA) and the 30-minute excursion limit (EL) following the best available method,
including proper calibration and collection of minimum acceptable volumes.
Samples will initially be collected from a representative number of employees, at a
minimum rate of 25 percent (1 out of 4). Once a sufficient number of samples have been
collected during the project that successfully demonstrate the effectiveness of the AC’s
engineering controls during specific work tasks, the frequency and rate of the personnel
monitoring may be decreased at the decision of the EC’s Certified Industrial Hygienist
(CIH) for this project.
The AC shall be responsible for posting the results of the daily OSHA air samples at the
beginning of each shift for the previous day worked on that shift. The AC shall also be
responsible for maintaining, calibrating, and operating the sampling equipment used for
personnel monitoring. The laboratory performing the analysis of the AC OSHA
monitoring samples shall have NIOSH 582 and AHERA supervisor certifications.
Samples shall be analyzed following EPA Method 7400.
5.12.2 During Removal
The EC will develop a statistically valid PCM sampling criteria. The criteria will include
gathering samples in specific locations during specific work activities to obtain an
acceptable mean and variance for each sample location and task. Sample locations may
include decon, bag-out, inside work area, outside work area (stairwells), outside work
area (adjacent floor), outside work area (other floor), and building exterior. The tasks
may include preparation, gross removal, fine cleaning, and bag-out.
All samples will be collected and analyzed in accordance with the NIOSH Method 7400.
The Contingency Plan presents the sampling protocol for any elevated fiber count or
possible release.
PCM samples will be collected from inside the containment. These samples will be used
to indicate the fiber levels inside the containment and compare to the outside containment
samples.
5.12.3 Clearance Air Monitoring
Following the completion of cleanup operations, passing final visual inspections, and
after encapsulant has completely dried; the EC will collect clearance samples. The
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-22
clearance air samples shall be collected and analyzed by polarized light microscopy
(PCM), in accordance with NIOSH Method 7400.
5.13 Tear Down and Site Restoration
Once the AC Supervisor has been told either in person or via fax that the regulated area
has passed the clearance testing, AC workers may dismantle the barrier walls and
decontamination units. All tools and equipment to be reused must either be cleaned
(wet-wiped) or bagged and labeled for transport. All other materials must be bagged and
disposed of as asbestos waste in accordance with Section 6.0.
After completion of all tasks and prior to demobilization, AC shall remove all debris and
trash from site.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
5-23
6 DISPOSAL
The AC shall not discharge any visible emissions to the outside air during the collection,
processing, packaging, or transporting of any asbestos-containing waste material
generated by the source.
After wetting, seal all asbestos-containing waste material in leak-tight containers while
wet; or, for materials that will not fit into containers without additional breaking, put
materials in leak-tight wrapping.
Label the containers or wrapped materials using warning labels specified by OSHA and
the Department of Transportation (DOT). Label the containers or wrapped materials with
the name of the waste generator and the location at which the waste was generated. The
use of preprinted labels will be allowed.
DANGER
CONTAINS ASBESTOS FIBERS
AVOID CREATING DUST
CANCER AND LUNG DISEASE HAZARD
BREATHING AIRBORNE ASBESTOS IS
HAZARDOUS TO YOUR HEALTH
RQ, ASBESTOS, CLASS 9
NA 2212, PGIII
Owner/Generator:
Name:
Address:
Ensure that all labels include the same information.
The AC shall maintain manifests and include the following information:
A. The name, address, and telephone number of the waste generator
Asbestos Abatement Specifications – 1509 Government Street
May 2014
6-24
B. The name and address of the local, state, or EPA regional office responsible
for administering the asbestos NESHAP program.
C. The approximate quantity in cubic meters (cubic yards)
D. The name and telephone number of the disposal site operator
E. The name and physical site location of the disposal site
F. The date transported
G. The name, address, and telephone number of the transporter(s)
H. A certification that the contents of this consignment are fully and accurately
described by proper shipping name and are classified, packed, marked, and
labeled, and are in all respects in proper condition for transport by highway
according to DOT regulations 49 CFR 106-180
6.1 Loading Procedures
A. Load asbestos-containing waste material in disposal bags or leak-tight
containers. All materials are to be contained in one of the following:

Two 6-mil disposal bags

Two 6-mil disposable bags and a fiberboard drum

6-mil polyethylene double wrapped and sealed
B.
Protect interior of truck with critical and primary barriers as described in
work area preparation.
C.
All asbestos-containing waste must be hauled in an enclosed truck.
D.
Carefully load containerized waste in fully enclosed truck for transport.
Exercise care before and during transport, to insure that no unauthorized
persons have access to the material.
E.
Do not store containerized materials outside of the work area.
containers from the work area directly to a sealed truck.
Take
F.
Do not transport disposal-bagged materials on an open truck.
fiberboard containers with same warning labels as bags.
Label
G.
Advise the landfill operator or processor, in advance of transport, of the
quantity of material to be delivered as required by regulations.
Asbestos Abatement Specifications – 1509 Government Street
May 2014
6-25
H.
Vehicles used to transport asbestos-containing waste shall be marked with a
sign as prescribed by NESHAP in 40 CFR 61.149(d) during loading and
unloading of the waste, as follows:
DANGER
ASBESTOS DUST HAZARD
CANCER AND LUNG HAZARD
AUTHORIZED PERSONNEL ONLY
I.
At disposal site, carefully unload sealed plastic bags from the truck.
J.
Retain receipts from landfill for disposed materials.
At completion of hauling and disposal of each load, submit copy of waste manifest, chain
of custody form, and landfill receipt to the AC. This documentation must be equivalent
to the documentation requirements and comply with all procedures found in
40 CFR 61.149(e).
The AC will provide a copy of the manifest to the Owner and to the EC in the Postjob
Submittals.
6.2 Missing Waste Manifests
The AC must retain a copy of all manifests, including a copy of the manifest signed by
the owner or operator of the designated waste disposal site, for at least 3 years.
For waste shipments where a copy of the manifest is not received by the waste generator
within 35 days of the date the waste was accepted by the initial transporter, the AC must
contact the EC, the transporter, and the owner of the designated disposal site to determine
the status of the waste shipment.
The AC must report in writing to the local, state, or EPA regional office responsible for
administering the asbestos NESHAP program for the waste generator if a copy of the
manifest, signed by the owner or operator of the designated waste disposal site, is not
received by the waste generator within 45 days of the date the waste was accepted by the
initial transporter. Include the following information in the report:
A. A copy of the manifest for which a confirmation of delivery was not received
B. A cover letter signed by the waste generator explaining the efforts taken to
locate the asbestos waste shipment, and the results of those efforts
Asbestos Abatement Specifications – 1509 Government Street
May 2014
6-26
7 REGULATIONS, STANDARDS, AND NOTIFICATIONS
This section sets forth governmental regulations and industry standards that are included
and incorporated herein by reference and made a part of the specification. This section
also sets forth those notices and permits which are known to the Owner and which either
must be applied for and received, or which must be given to governmental agencies
before start of work.
7.1 General Applicability of Codes, Regulations,
and Standards
Except to the extent that more explicit or more stringent requirements are written directly
into the contract documents, all applicable codes, regulations, and standards have the
same force and effect (and are made a part of the contract documents by reference) as if
copied directly into the contract documents, or as if published copies are bound herewith.
7.2 Contractor Responsibility
The AC shall assume full responsibility and liability for the compliance with all
applicable federal, state, and local regulations pertaining to work practices; hauling;
disposal; and protection of workers, visitors to the site, and persons occupying areas
adjacent to the site. The AC is responsible for providing medical examinations and
maintaining medical records of personnel as required by the applicable federal, state, and
local regulations. The AC shall hold the Owner harmless for failure to comply with any
applicable work, hauling, disposal, safety, health, or other regulation on the part of
himself, his employees, or his subcontractors.
7.3 Regulations
7.3.1 Federal Requirements
Federal requirements which govern asbestos abatement work or hauling and disposal of
asbestos waste materials include, but are not limited to, the following:
A. OSHA - U.S. Department of Labor, Occupational Safety and Health
Administration (OSHA), including, but not limited to:

Occupational Exposure to Asbestos, Tremolite,
Anthophyllite, and Actinolite; Final Rules
Title 29, Part 1910, Section 1001 and
Asbestos Abatement Specifications – 1509 Government Street
May 2014
7-27
Title 29, Part 1926, Section 1101 of the
Code of Federal Regulations
Respiratory Protection
Title 29, Part 1910, Section 134 of the
Code of Federal Regulations
Construction Industry
Title 29, Part 1926, of the
Code of Federal Regulations
Access to Employee Exposure and Medical Records
Title 29, Part 1910, Section 2 of the
Code of Federal Regulations
Hazard Communication
Title 29, Part 1910, Section 1200 and
Title 29, Part 1926, Section 59 of the
Code of Federal Regulations
Specifications for Accident Prevention Signs and Tags
Title 29, Part 1910, Section 145 of the
Code of Federal Regulations
Sanitation
Title 29, Part 1910, Section 141 of the
Code of Federal Regulations
Head Protection
Title 29, Part 1910, Subpart I, Section 135 of the
Code of Federal Regulations
Face and Eye Protection
Title 29, Part 1910, Subpart I, Section 133 of the
Code of Federal Regulations
Foot Protection
Title 29, Part 1910, Subpart I, Section 136 of the
Code of Federal Regulations
B. DOT - U.S. Department of Transportation, including, but not limited to:

Shippers - Hazardous Materials Regulations
Title 49, Part 171, 172, 173, 177, and 178 of the
Code of Federal Regulations
Asbestos Abatement Specifications – 1509 Government Street
May 2014
7-28
C. EPA - U.S. Environmental Protection Agency (EPA), including, but not
limited to:

Training Requirements of (AHERA) Regulation
Asbestos Containing Materials in Schools Final Rule and Notice
Title 40, Part 763, Subpart E, Appendix C of the
Code of Federal Regulations
National Emission Standard for Hazardous Air Pollutants
(NESHAP)
National Emission Standard for Asbestos
Title 40, Part 61, Subpart A,
and Subpart M (Revised Subpart B) of the
Code of Federal Regulations
7.3.2 State Requirements
A. State requirements which govern licensing of asbestos abatement
contractors/consultants, training requirements and asbestos abatement
notification:

Louisiana Air Quality Regulations
LAC 33: III. Chapter 51,.Subchapter M, Asbestos

Louisiana Air Quality Regulations
LAC 33: III Chapter 27, Asbestos-Containing Material in Schools and
Public Buildings
7.4 Standards
Standards which apply to asbestos abatement work or hauling and disposal of asbestos
waste materials include, but are not limited to, the following:
A. American National Standards Institute (ANSI)
1430 Broadway
New York, New York 10018
(212) 354-3300

Fundamentals Governing the Design and Operation of
Local Exhaust Systems
Publication Z9.2-79
Asbestos Abatement Specifications – 1509 Government Street
May 2014
7-29
Practices for Respiratory Protection
Publication Z88.2-80
B. American Society for Testing and Materials (ASTM)
1916 Race Street
Philadelphia, PA 19103
(215) 299-5400

Safety and Health Requirements Relating to
Occupational Exposure to Asbestos
(E 849-82)
Specification for Encapsulants for
Friable Asbestos Containing Building Materials
(Proposal P-189)
7.5 EPA Guidance Documents
A. The materials listed below for asbestos abatement work or hauling and
disposal of asbestos waste materials are for the AC’s information only.
These documents do not describe the work and are not a part of the work of
this contract. EPA maintains an information number (800) 334-8571, and
publications can be ordered from (800) 424-9065 (554-1404 in Washington,
DC).

Asbestos-Containing Materials in School Buildings A Guidance Document. Part 1 and 2. (Orange Books)
EPA C00090 (out of print)
Guidance for Controlling Asbestos-Containing Materials in Buildings
(Purple Book)
EPA 560/5-85-024
Friable Asbestos-Containing Materials in Schools:
Identification and Notification Rule
(40 CFR Part 763)
Evaluation of the EPA Asbestos-in-Schools Identification and
Notification Rule
EPA 560/5-84-005
Asbestos in Buildings:
National Survey of Asbestos-Containing Friable Materials
EPA 560/5-84-006
Asbestos Abatement Specifications – 1509 Government Street
May 2014
7-30
Asbestos in Buildings:
Guidance for Service and Maintenance Personnel
EPA 560/5-85-018
Asbestos Waste Management Guidance
EPA 530-SW-85-007
Asbestos Fact Book
EPA Office of Public Affairs
Asbestos in Buildings
Simplified Sampling Scheme for Friable Surfacing Materials
Commercial Laboratories with
Polarized Light Microscopy Capabilities for
Bulk Asbestos Identification
A Guide to Respiratory Protection for the Asbestos Abatement Industry
EPA-560-OPTS-86-001
7.6 Notification
Send written notification, as required by USEPA National Emission Standards for
Hazardous Air Pollutants (NESHAP) Asbestos Regulations (40 CFR 61, Subpart M) to
the local air program office contact at least 10 days prior to beginning any work on
asbestos-containing materials. Send notification to the following NESHAP address:
Louisiana Department of Environmental Quality
OES – Air Permits Division, Manufacturing Section
602 N. 5th Street, BR, LA 70802
Phone No. (225) 219-3181
Fax No. (225) 219-3156
Asbestos Abatement Specifications – 1509 Government Street
May 2014
7-31
Legend
South 15th St.
South 16th St.
Property Boundary
Spain St.
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0001_site_map.mxd; Analyst: j.penton; Date: 4/15/2014 2:12:44 PM
South 17th St.
Railroad Tracks
Building
7
Building
1
Building
2
Building
3
Government St.
80
40
0
80
Feet
REFERENCE:
Imagery provided by Pictometry Online Services, dated 01/17/13.
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
FIGURE
NUMBER
1
SITE MAP
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
Legend
Remove the following:
Caulk
Vinyl Floor Tile with Mastic
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0002_b1f1.mxd; Analyst: j.penton; Date: 4/21/2014 8:21:43 AM
Loading Dock
REFERENCE:
Based on Aerostar Environmental Services, Inc. figures dated
February 2012.
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
FIGURE
NUMBER
2
Not to Scale
BUILDING 1
FLOOR 1
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
Legend
Open
to
Below
Remove the following:
Vinyl Floor Tile with Mastic
Drywall and Asbestos-Containing
Joint Compound
IT
Storage
Conference
Back-up
Facility
EM. P.
Office
IT
Office
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0003_b1f2.mxd; Analyst: j.penton; Date: 4/21/2014 8:42:24 AM
File
Room
EM. P.
Communication
Center
EM. P.
Work Room
IT
Work Room
REFERENCE:
Based on Aerostar Environmental Services, Inc. figures dated
February 2012.
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
EM. P.
Ready Room
FIGURE
NUMBER
3
Not to Scale
BUILDING 1
FLOOR 2
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
Legend
Remove the following:
Drywall and Asbestos-Containing
Joint Compound
Open
to Below
Roof to
2nd Floor
Warehouse
General
Storage
Office 1
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0004_b1f3.mxd; Analyst: j.penton; Date: 4/21/2014 9:03:35 AM
IT Secure
Storage
Roof to
2nd Floor
REFERENCE:
Based on Aerostar Environmental Services, Inc. figures dated
February 2012.
Warehouse
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
FIGURE
NUMBER
4
Not to Scale
BUILDING 1
FLOOR 3
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
Legend
Remove the following:
Silver Flashing
Open
to Below
Roof to
3rd Floor
Roof to
2nd Floor
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0005_b1f4.mxd; Analyst: j.penton; Date: 4/9/2014 11:05:04 AM
Roof to
4th Floor
Roof to
3rd Floor
Roof to
2nd Floor
REFERENCE:
Based on Aerostar Environmental Services, Inc. figures dated
February 2012.
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
FIGURE
NUMBER
5
Not to Scale
BUILDING 1
ROOF
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
Legend
Remove the following:
Floor Leveler with Non-ACM
Carpet and Mastic above
Deck
No Access
Asbestos-Cement Panels
Vinyl Floor Tile with Mastic
Mechanical
Bathroom 1
4" & 6" TSI
N/A
Shed
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0006_b2f1.mxd; Analyst: j.penton; Date: 4/21/2014 8:48:43 AM
Warehouse
REFERENCE:
Based on Aerostar Environmental Services, Inc. figures dated
February 2012.
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
FIGURE
NUMBER
6
Not to Scale
BUILDING 2
FLOOR 1
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
Legend
Remove the following:
Floor Leveler with Non-ACM
Carpet and Mastic above
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0007_b2f2.mxd; Analyst: j.penton; Date: 4/21/2014 8:50:56 AM
Sink Mastic
Vinyl Floor Tile with Mastic
Mech
REFERENCE:
Based on Aerostar Environmental Services, Inc. figures dated
February 2012.
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
FIGURE
NUMBER
7
Not to Scale
BUILDING 2
FLOOR 2
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
Legend
Remove the following:
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0008_b2f3.mxd; Analyst: j.penton; Date: 4/15/2014 1:24:42 PM
Black Flashing
REFERENCE:
Based on Aerostar Environmental Services, Inc. figures dated
February 2012.
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
FIGURE
NUMBER
8
Not to Scale
BUILDING 2
ROOF
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
Legend
Remove the following:
Vinyl Floor Tile with Mastic
Storage
Hall 1
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0009_b3f1.mxd; Analyst: j.penton; Date: 4/15/2014 2:30:38 PM
Covered
Shed
REFERENCE:
Based on Aerostar Environmental Services, Inc. figures dated
February 2012.
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
FIGURE
NUMBER
9
Not to Scale
BUILDING 3
FLOOR 1
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
Legend
Remove the following:
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0010_b3f2.mxd; Analyst: j.penton; Date: 4/15/2014 1:39:47 PM
Flashing
Roof Seam Mastic
REFERENCE:
Based on Aerostar Environmental Services, Inc. figures dated
February 2012.
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
FIGURE
NUMBER
10
Not to Scale
BUILDING 3
ROOF
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
Legend
Remove the following:
Glazing
Heater
Bard
A/C
Heater
G:\EBRRA\GIS_Documents\Project_Maps\ebrra_151989_0011_b7f1.mxd; Analyst: j.penton; Date: 4/15/2014 2:11:58 PM
Covered
Porch
REFERENCE:
Based on Aerostar Environmental Services, Inc. figures dated
February 2012.
EAST BATON ROUGE
REDEVELOPMENT AUTHORITY
Heater
FORMER ENTERGY UTILITY STATION
1509 GOVERNMENT STREET, BATON ROUGE, LA
FIGURE
NUMBER
11
Not to Scale
BUILDING 7
FLOOR 1
CB&I Environmental & Infrastructure, Inc.
4171 Essen Lane
Baton Rouge, Louisiana 70809
www.CBI.com
APPENDIX B
SPECIFICATIONS FOR LEAD BASED PAINT ABATEMENT
June 2014 RFP – 1509 Government Street Brownfields Cleanup SPE
ECIFICAT
TIONS FO
OR LEAD
D BASED
D PAINT
T ABATEMENT
Forrmer Enteergy Redeevelopmeent Site
1509 Govern
nment Strreet
on Rougee, Louisia
ana
Bato
CB&
&I Project No
o. 151989
May 2014
mitted to:
Subm
East Baton
B
Rouge Redevelop
pment Autho
ority
801 North
N
Blvd, Suite 200
Baton
n Rouge, Lo
ouisiana 7080
02
Subm
mitted by:
&I
CB&
4171 Essen Lane
Baton
n Rouge LA
A 70809
SPE
ECIFICAT
TIONS FO
OR LEAD
D BASED
D PAINT
T ABATEMENT
Forrmer Enteergy Redeevelopmeent Site
1509 Govern
nment Strreet
on Rougee, Louisia
ana
Bato
CB&
&I Project No
o. 151989
May 2014
Subm
mitted by:
&I
CB&
4171 Essen Lane
Baton
n Rouge LA
A 70809
May 201
14
Lead Pain Specs – 1509 Governmen
nt Street
Table of Contents________________________________________________
Acronyms and Abbreviations ...................................................................................................................... 1-1
1.0 2.0 3.0 4.0 5.0 6.0 7.0 8.0 9.0 Introduction ..................................................................................................................................... 1-2 Definitions ....................................................................................................................................... 2-1 General Requirements .................................................................................................................... 3-1 3.1 Health Warnings ................................................................................................................... 3-2 3.2 Property Damage ................................................................................................................. 3-3 Abatement Material Requirements.................................................................................................. 4-1 Respiratory Protection .................................................................................................................... 5-1 5.1 Respiratory Protection Program ........................................................................................... 5-1 5.1.1 Selection of respirators. ........................................................................................... 5-2 5.1.2 Medical evaluation ................................................................................................... 5-3 5.1.3 Fit testing ................................................................................................................. 5-6 5.1.4 Use of respirators .................................................................................................... 5-7 5.1.5 Respirator effectiveness .......................................................................................... 5-7 5.1.6 Maintenance and care of respirators ....................................................................... 5-8 5.1.7 Cleaning and disinfecting ........................................................................................ 5-8 5.1.8 Storage .................................................................................................................... 5-8 5.1.9 Inspection ................................................................................................................ 5-9 5.1.10 Repairs .................................................................................................................... 5-9 5.1.11 Identification of Filters, Cartridges and Canisters .................................................... 5-9 5.1.12 Training ................................................................................................................. 5-10 5.1.13 Program Evaluation ............................................................................................... 5-11 5.1.14 Record Keeping ..................................................................................................... 5-11 5.1.14.1 Medical Evaluation .................................................................................. 5-11 5.1.14.2 Fit testing ................................................................................................ 5-11 Containment – Work Area Preparation ......................................................................................... 5-12 6.1 Containment Construction .................................................................................................. 5-12 6.1.1 Signage ................................................................................................................. 5-13 6.1.2 Electrical Service ................................................................................................... 5-13 6.2 Pre-cleaning ....................................................................................................................... 5-13 6.2.1 Movable Objects .................................................................................................... 5-14 6.2.2 Fixed Objects ........................................................................................................ 5-14 Removal Procedures ...................................................................................................................... 7-1 7.1 Job Specific Removal procedures ........................................................................................ 7-1 7.2 Visual Inspection .................................................................................................................. 7-1 7.3 Daily Cleaning ...................................................................................................................... 7-1 7.4 Debris Spills ......................................................................................................................... 7-1 7.5 Use of Power Equipment ...................................................................................................... 7-1 7.6 Emergencies and Accidents ................................................................................................. 7-2 7.7 Final Cleaning ...................................................................................................................... 7-2 Decontamination and Work Area Clean-Up .................................................................................... 8-1 Waste Disposal ............................................................................................................................... 9-1 May 2014
Lead Paint Specs – 1509 Government Street
i
Table of Contents (continued) ______________________________________
10.0 Post-abatement Submittals ........................................................................................................... 10-1 11.0 Hazardous Property Disclaimer .................................................................................................... 11-1 12.0 References ................................................................................................................................... 12-1 Limitations
Appendix A
Statement of work
May 2014
Lead Paint Specs – 1509 Government Street
ii
Acronyms and Abbreviations ______________________________________
AIHA
CFR
EPA
IH
LBP
MSDS
NESHAP
NIOSH
NIST
NVLAP
LERC
LDEQ
O&M
OSHA
TWA
Ug/m³
American Industrial Hygiene Association
Code of Federal Regulations
United States Environmental Protection Agency (EPA)
Industrial Hygienist
Lead Based Paint
Material Safety Data Sheet
National Emissions Standards for Hazardous Air Pollutants
National Institute for Occupational Safety and Health (NIOSH)
National Institute of Standards and Technology
National Voluntary Laboratory Accreditation Program
Louisiana Environmental Regulatory Code
Louisiana Department of Environmental Quality
Operations and maintenance
Occupational Safety and Health Administration
Time weighted average
Micrograms per cubic meter of air
1-1
1.0 Introduction
These lead abatement specifications are intended to provide the contractors working for East
Baton Rouge Redevelopment Authority (RDA) with recommended procedures and information
that should facilitate the successful completion of renovation and demolition projects impacting
lead based paint (LBP) or LBP-containing materials. These requirements are for renovation and
demolition projects that have LBP-containing materials present.
Individual project
circumstances may vary greatly depending on factors, such as the type(s) of LBP present and
renovation or demolition procedures used. However, this document addresses general
procedures that most renovation and demolition projects should have in common.
The United States Environmental Protection Agency (EPA) regulates the renovation and
demolition of facilities through the National Emissions Standards for Hazardous Air Pollutants
(NESHAP).
Additionally, the Occupational Safety and Health Administration (OSHA) regulates the
occupational exposure to lead containing paints and materials. The current OSHA standard (29
CFR 1926.62) for lead exposure in construction has a permissible exposure limit (PEL) of 50
micrograms per cubic meter of air (50 µg/m3), measured as an 8-hour time-weighted average
(TWA). As with all OSHA health standards, when the PEL is exceeded, the hierarchy of
controls requires employers to institute feasible engineering and work practice controls as the
primary means to reduce and maintain employee exposures to levels at or below the PEL. When
all feasible engineering and work practice controls have been implemented but have proven
inadequate to meet the PEL, employers must nonetheless implement these controls and must
supplement them with appropriate respiratory protection. The employer also must ensure that
employees wear the respiratory protection provided when it is required.
It should be noted that this document assumes that a proper LBP survey, in accordance with
industry standards, will be completed prior to planning the renovation or demolition project.
This document does not address methods for conducting LBP surveys or managing LBP inplace.
1-2
2.0 Definitions
The following is a list of terms and definitions in this specification:
Abatement means the procedures to control dust release from lead containing materials. This
includes removal and encapsulation of lead based paint.
Abatement contractor means a person who engages in the business of removing, encapsulating,
and enclosing lead and disposing of lead waste, and who is licensed and certified by the State of
Louisiana.
Air Monitoring means the process of measuring the dust concentration of a specific volume of
air over a specified period of time.
Airlock means an enclosure consisting of two polyethylene curtained doorways (3 sheets of
plastic per doorway) at least 3 feet apart.
Authorized Visitor means any representative of a regulatory or other agency having jurisdiction
over the project (i.e. OSHA, EPA, LDEQ, contractor representative not on the job site full time,
etc). Such visitor must immediately report to the Consultant or environmental monitor on the job
site and sign in/out in the daily log book. Furthermore, these visitors will not be allowed inside
of the containment without documented proof of approved lead based paint abatement hazards
and respirator fit tested.
Biological Monitoring means the analysis of a person’s blood and/or urine, to determine the
level of lead contamination in the body.
Clean Room means an uncontaminated area or room which is part of the worker
decontamination enclosure with provisions for storage of workers street clothes and protective
equipment.
Competent Person means one who has completed an approved EPA Lead Based Paint
Abatement training course and who is capable of identifying existing and predictable hazards in
the surroundings or working conditions and has authorization to take prompt corrective measures
to eliminate the hazards.
Consultant means a person licensed and certified, who conducts surveys relating to LBP,
prepares lead abatement specifications, or supervises abatement operations.
2-1
Critical Barrier means two (2) layers of six (6) mil plastic sheeting which covers all openings to
prevent dust dispersal to other areas of the structure.
Decontamination Enclosure System means a series of connected rooms and airlocks used for
the decontamination of workers and of materials and equipment (i.e. airlock, clean room, airlock,
shower, airlock, dirty or equipment room, airlock, work area).
Demolition means the wrecking or taking out of any load-supporting structural member of a
facility, together with any related handling operations or the intentional burning of any facility.
Employee means any person working for the lead based paint abatement contractor who
physically engages in the abatement of lead based paint or performs a task on the job site.
Encapsulation involves resurfacing or covering surfaces and sealing or caulking with durable
materials so as to prevent or control chalking, flaking lead containing substances from becoming
dust.
Equipment Room means a contaminated room which is part of the worker decontamination
enclosure system used for storage of contaminated clothing and equipment.
Exterior Work Area means an outdoor porch, stairway or other element of trim or walls on the
exterior of the building.
Facility means any institutional, commercial, public, industrial, or residential structure,
installation, bridge, or building (including any structure, installation, or building containing
condominiums or individual dwelling units operated as a residential cooperative, but excluding
residential buildings having four or fewer dwelling units), any ship, and any active or inactive
waste disposal site.
Facility component means any part of a facility, including equipment.
Fixed Objects means items which cannot be removed from the work area.
Full Containment means an enclosure of the work area that is air tight, maintains negative air,
contains a decontamination facility and has a load out area.
Grinding means to reduce to powder or small fragments, and includes mechanical chipping or
drilling.
2-2
HEPA Filter means a High Efficiency Particulate Air (HEPA) filter capable of trapping and
retaining 99.97 percent of particles greater than 0.3 micrometers in diameter.
HEPA Vacuum Equipment means vacuuming equipment with a HEPA filter system.
Landfill (approved): An EPA approved site for the disposal of lead containing materials and
other hazardous wastes.
In poor condition means the binding of the material is losing its integrity, as indicated by
peeling, cracking, or crumbling of the material.
Installation means any building or structure or any group of buildings or structures at a single
demolition or renovation site that are under the control of the same owner or operator (or owner
or operator under common control).
Lead Based Paint means paint that contains a hazardous level of lead as specified in EPA and
OSHA Guidelines.
Lead Based Paint Abatement Contractor means a private entity certified in lead based paint
abatement.
Lead Abatement Supervisor means the “Competent Person” on the project site, working for the
contractor during the abatement, having experience in Lead Based Paint removal and air
monitoring.
Lead Based Paint survey means a comprehensive physical inspection of the building, requiring
destructive sampling of potential lead based paint and laboratory analyses, to identify all LBP
located within the facility.
Mini-Containment means a mini-enclosure of the work area that maintains negative air,
protects the area outside the mini-enclosure from contamination and is an alternative to other
forms of abatement.
Moveable Objects means items which can be removed from the work area.
Owner or operator of a demolition or renovation activity means any person who owns,
leases, operates, controls, or supervises the facility being demolished or renovated, or any person
who owns, leases, operates, controls, or supervises the demolition or renovation operation, or
both.
2-3
PEL (Permissible Exposure Limit/OSHA) means 50 ug/m3 (50 micrograms of lead per cubic
meter.) (OSHA Lead Standard 29 CFR 1910.1025).
Personal Protective Equipment (PPE) means disposable, impervious coveralls that are
equipped with head and foot covers, gloves, and respirators.
Remove means to take out facility components that contain or are covered with LBP from any
facility.
Renovation means altering a facility or one or more facility components in any way, including
the stripping or removal of LBP from a facility component. Operations in which load-supporting
structural members are wrecked or taken out are demolitions.
Restricted Area means the area surrounding the work area demarcated by danger warning tape
and signs. All personnel entering the restricted area must wear appropriate PPE.
Shower Room means a room between the clean room and equipment room in the worker decon
enclosure with hot, cold, or warm running water suitably arranged for complete showering
during decontamination. All waste water shall be collected in 55 gallon or smaller drums and
held on site in designated secure area and disposed of in compliance with Federal, State and
Local regulations.
Substrate means a surface upon which paint or varnish has been or may be applied. Examples of
substrate include wood, plaster, concrete, metal and drywall.
Tri-sodium Phosphate Solution (TSP) means a mixture of at least one ounce of 5 percent trisodium phosphate to each gallon of water.
Visible emissions means any emissions, which are visually detectable without the aid of
instruments, coming from LBP or LBP-containing waste material, or from any LBP operation.
This does not include condensed, uncombined water vapor.
Waste generator means any owner or operator of a source covered by this subpart whose act or
process produces LBP-containing waste material.
Waste shipment record means the shipping document, required to be originated and signed by
the waste generator, used to track and substantiate the disposition of asbestos-containing waste
material.
2-4
Wet Cleaning means the process of eliminating lead contamination by using cloths, mops, or
other cleaning tools which have been dampened with TSP solution.
Work Area means a designated area where lead based paint is being abated. A contained work
area is sealed, plasticized and equipped with a decontamination enclosure system. A non—
contained work area is not equipped with a decontamination enclosure system but is demarcated
by danger warning tape.
2-5
3.0 General Requirements
The requirements for lead based paint abatement are stated herein. The statement of work
associated with this project outline the work area which contains the lead based paint and the
work to be accomplished. In case of a conflict between the drawings and the specifications, the
specifications shall govern. The following regulations, their appendices, memorandums,
guidelines, attachments and other pertinent documents which form a part of these regulations
shall apply in their entirety.
There shall be no visible fugitive emissions (dust) from any operations involving renovation or
demolition of a facility which contains LBP.
All work shall be performed in compliance with current Federal, State, and Local regulations,
including EPA, OSHA, and ALL other accepted state-of-the-art industry standards. The most
recent edition of relevant regulations, standards, documents, or codes shall be in effect including:

U.S. EPA Regulations for Asbestos, Title 40 CFR, Part 61, National Emission Standards
for Hazardous Air Pollutants (NESHAP), Subparts A and M

U.S. EPA Worker Protection Rule, Title 40 CFR 261 (Identification and Listing of
Hazardous Waste)

OSHA, U.S. Department of Labor (Lead in Construction), Title 29; CFR, Section
1926.62

OSHA, U.S. Department of Labor (Safety training and Education), Title 29; CFR,
Section 1926.21

OSHA, U.S. Department of Labor (Respiratory Protection), Title 29 CFR
Section 1910.134

OSHA, U.S. Department of Labor (Access to Employee Exposure and Medical Records),
Title 29, CFR, Section 1910.20

OSHA, U.S. Department of Labor (Hazard Communication for the Construction
Industry), Title 29, CFR, Section 1926.59

Transportation, Title 49, CFR, Parts 171 and 172
3-1

Louisiana Environmental Regulatory Code (LERC) Title 33: Part III (Louisiana Air
Quality Regulations, Chapter 28: Lead-Based Paint Rule)
Any conflicts or overlap of these requirements shall be governed by the more stringent regulation
or standard.
Areas with known LBP may be identified using the LBP survey of the facility. Any suspected
LBP not previously identified shall be sampled by RDA or its representative in advance, and any
necessary modifications shall be made to the scope of work for the project at that time.
The contractor shall furnish all labor, materials, facilities, equipment, services, insurance, and
incidentals necessary to perform the renovation or demolition project while maintaining the
debris in a “safe” condition.
The contractor shall be responsible for restoring the work area and auxiliary areas utilized during
the renovation or demolition project to conditions equal to or better than original.
The contractor shall remain in compliance with all rules, codes, standards, and regulations
governing the safety of all individuals at the worksite, and shall be solely responsible for any
injuries, accidents, exposures, or liabilities occurring due to noncompliance or failure to secure
the work area.
The abatement contractor shall ensure all abatement activities are conducted according to the
requirements of all applicable federal, state, and local regulations;
The abatement contractor shall ensure each lead abatement worker who is or will be involved in
a lead abatement project has been examined by a physician within the preceding calendar year
and has been declared by the physician to be physically capable of working while wearing a
respirator. The designated lead abatement contractor or lead abatement project designer shall
maintain copies of the physician’s written documentation.
The abatement contractor shall have in his possession, at the jobsite and in view, one copy of the
RDA Lead Based Paint Abatement Specifications.
Where a conflict exists between the requirements of this specification and any of the above
mentioned regulations, the most stringent shall be applicable.
3.1
Health Warnings
Lead based paint abetment contractors are warned that unprotected exposure to lead may result
in damage to the blood, nervous system, kidneys, bones, heart, and reproductive system and
contributes to high blood pressure. Care must be taken to avoid releasing or causing to be
3-2
released, lead dust into the atmosphere. RDA assumes no liability for damages, personal
injuries, illness, disabilities or death to the lead based paint contractor, the contractor’s
employees, and other persons subject to the lead based paint contractor’s control or to any other
person including members of the general public, arising from, or incident to the purchase, use,
disposition, subsequent operations performed on contact with or contributed to in any manner by
the lead based paint abatement contractor.
3.2
Property Damage
The lead based paint abatement contractor shall be responsible for all damages caused by or
during the abatement. All damaged areas shall be restored to their original condition subject to
approval by the RDA representative. Any repair or replacement shall be done at no cost to RDA.
Neither RDA nor its representative shall be responsible for acts or omissions of the contractor, its
subcontractors, or any of its agents or employees performing any of the demolition related tasks.
3-3
4.0 Abatement Material Requirements
The abatement contractor shall deliver all materials in their original unopened packages,
containers or bundles bearing the name of the manufacturer and the brand name.
The abatement contractor shall store all materials subject to damage off the ground and under
cover to prevent damage or contamination. Material to be used on the project site shall not be
stored in the same location where the lead contaminated waste is stored.
Damaged or deteriorating material shall not be used and shall be removed from the construction
site immediately by the contractor. The cost of the removal or disposal of such materials shall be
the responsibility of the contractor and at no cost to RDA or the consultant.
4-1
5.0 Respiratory Protection
The abatement contractor shall implement a written respiratory protection program in
compliance with the requirements of the OSHA standards 29 CFR 1910.134 and 1926.62. The
Program shall, at a minimum, incorporate the following provisions.
5.1
Respiratory Protection Program
OSHA requires the employer (abatement contractor) to develop and implement a written
respiratory protection program with required worksite-specific procedures and elements for
required respirator use. The program must be administered by a suitably trained program
administrator.
In any workplace where respirators are necessary to protect the health of the employee or
whenever respirators are required by the employer, the employer shall establish and implement a
written respiratory protection program with worksite-specific procedures.
The program shall be updated as necessary to reflect those changes in workplace conditions that
affect respirator use. The employer shall include in the program the following provisions of this
section, as applicable:
Procedures for selecting respirators for use in the workplace.
Medical evaluations of employees required to use respirators.
Fit testing procedures for tight-fitting respirators.
Procedures for proper use of respirators in routine and reasonably foreseeable emergency
situations.
Procedures and schedules for cleaning, disinfecting, storing, inspecting, repairing, discarding,
and otherwise maintaining respirators.
Procedures to ensure adequate air quality, quantity, and flow of breathing air for atmospheresupplying respirators.
Training of employees in the respiratory hazards to which they are potentially exposed
during routine and emergency situations.
5-1
Training of employees in the proper use of respirators, including putting on and removing
them, any limitations on their use, and their maintenance.
Procedures for regularly evaluating the effectiveness of the program.
Where respirator use is not required an employer may provide respirators at the request of
employees or permit employees to use their own respirators, if the employer determines that such
respirator use will not in itself create a hazard. If the employer determines that any voluntary
respirator use is permissible, the employer shall provide the respirator users with the information
contained in Appendix D of 29 CFR 1910.134, and, in addition, the employer must establish and
implement those elements of a written respiratory protection program necessary to ensure that
any employee using a respirator voluntarily is medically able to use that respirator, and that the
respirator is cleaned, stored, and maintained so that its use does not present a health hazard to the
user.
Exception: Employers are not required to include in a written respiratory protection program
those employees whose only use of respirators involves the voluntary use of filtering face-pieces
(dust masks).
The employer shall designate a program administrator who is qualified by appropriate training or
experience that is commensurate with the complexity of the program to administer or oversee the
respiratory protection program and conduct the required evaluations of program effectiveness.
The employer shall provide respirators, training, and medical evaluations at no cost to the
employee.
5.1.1 Selection of respirators.
The respiratory protection standard requires the employer to evaluate respiratory hazard(s) in the
workplace, identify relevant workplace and user factors, and base respirator selection on these
factors:
The employer shall select and provide an appropriate respirator based on the respiratory
hazard(s) to which the worker is exposed and workplace and user factors that affect
respirator performance and reliability.
The employer shall select a NIOSH-certified respirator. The respirator shall be used in
compliance with the conditions of its certification.
The employer shall identify and evaluate the respiratory hazard(s) in the workplace; this
evaluation shall include a reasonable estimate of employee exposures to respiratory hazard(s)
and an identification of the contaminant's chemical state and physical form. Where the employer
5-2
cannot identify or reasonably estimate the employee exposure, the employer shall consider the
atmosphere to be immediately dangerous to life and health (IDLH).
The employer shall select respirators from a sufficient number of respirator models and sizes so
that the respirator is acceptable to, and correctly fits, the user.
The employer shall provide a respirator that is adequate to protect the health of the employee and
ensure compliance with all other OSHA statutory and regulatory requirements, under routine and
reasonably foreseeable emergency situations.
The respirator selected shall be appropriate for the chemical state and physical form of the
contaminant.
For protection against gases and vapors, the employer shall provide:
An atmosphere-supplying respirator.
An air-purifying respirator, provided that the respirator is equipped with an end-of-servicelife indicator (ESLI) certified by NIOSH for the contaminant.
If there is no ESLI appropriate for conditions in the employer's workplace, the employer
implements a change schedule for canisters and cartridges that is based on objective information
or data that will ensure that canisters and cartridges are changed before the end of their service
life. The employer shall describe in the respirator program the information and data relied upon
and the basis for the canister and cartridge change schedule and the basis for reliance on the data.
For protection against particulates, the employer shall provide:
An atmosphere-supplying respirator.
An air-purifying respirator equipped with a filter certified by NIOSH under 30 CFR part 11
as a high efficiency particulate air (HEPA) filter, or an air-purifying respirator equipped
with a filter certified for particulates by NIOSH under 42 CFR part 84.
For contaminants consisting primarily of particles with mass median aerodynamic diameters
(MMAD) of at least 2 micrometers, an air-purifying respirator equipped with any filter
certified for particulates by NIOSH.
5.1.2 Medical evaluation
Using a respirator may place a physiological burden on employees that varies with the type of
respirator worn, the job and workplace conditions in which the respirator is used, and the
medical status of the employee. Accordingly, this paragraph specifies the minimum
5-3
requirements for medical evaluation that employers must implement to determine the employee's
ability to use a respirator.
The employer shall provide a medical evaluation to determine the employee's ability to use a
respirator, before the employee is fit tested or required to use the respirator in the workplace.
The employer may discontinue an employee's medical evaluations when the employee is no
longer required to use a respirator.
The employer shall identify a physician or other licensed health care professional (PLHCP) to
perform medical evaluations using a medical questionnaire or an initial medical examination that
obtains the same information as the medical questionnaire.
The medical evaluation shall obtain the information requested by the questionnaire in Sections 1
and 2, Part A of Appendix C of 29 CFR 1919.134.
The employer shall ensure that a follow-up medical examination is provided for an employee
who gives a positive response to any question among questions 1 through 8 in Section 2, Part A
of Appendix C or whose initial medical examination demonstrates the need for a follow-up
medical examination.
The follow-up medical examination shall include any medical tests, consultations, or diagnostic
procedures that the PLHCP deems necessary to make a final determination.
The medical questionnaire and examinations shall be administered confidentially during the
employee's normal working hours or at a time and place convenient to the employee. The
medical questionnaire shall be administered in a manner that ensures that the employee
understands its content.
The employer shall provide the employee with an opportunity to discuss the questionnaire and
examination results with the PLHCP.
The following information must be provided to the PLHCP before the PLHCP makes a
recommendation concerning an employee's ability to use a respirator:
The type and weight of the respirator to be used by the employee.
The duration and frequency of respirator use (including use for rescue and escape).
The expected physical work effort.
Additional protective clothing and equipment to be worn.
5-4
Temperature and humidity extremes that may be encountered.
Any supplemental information provided previously to the PLHCP regarding an employee need
not be provided for a subsequent medical evaluation if the information and the PLHCP remain
the same.
The employer shall provide the PLHCP with a copy of the written respiratory protection program
and a copy of 29 CFR 1910.134.
In determining the employee's ability to use a respirator, the employer shall:
Obtain a written recommendation regarding the employee's ability to use the respirator from the
PLHCP. The recommendation shall provide only the following information:
Any limitations on respirator use related to the medical condition of the employee, or relating
to the workplace conditions in which the respirator will be used, including whether or not
the employee is medically able to use the respirator.
The need, if any, for follow-up medical evaluations.
A statement that the PLHCP has provided the employee with a copy of the PLHCP's written
recommendation.
If the respirator is a negative pressure respirator and the PLHCP finds a medical condition that
may place the employee's health at increased risk if the respirator is used, the employer shall
provide a PAPR, if the PLHCP's medical evaluation finds that the employee can use such a
respirator; if a subsequent medical evaluation finds that the employee is medically able to use a
negative pressure respirator, then the employer is no longer required to provide a PAPR.
At a minimum, the employer shall provide additional medical evaluations that comply with the
requirements of this section if:
An employee reports medical signs or symptoms that are related to ability to use a respirator.
A PLHCP, supervisor, or the respirator program administrator informs the employer that an
employee needs to be reevaluated.
Information from the respiratory protection program, including observations made during fit
testing and program evaluation, indicates a need for employee reevaluation.
5-5
A change occurs in workplace conditions (e.g., physical work effort, protective clothing or
temperature) that may result in a substantial increase in the physiological burden placed
on an employee.
5.1.3 Fit testing
The employer is required to ensure that, before an employee may be required to use any
respirator with a negative or positive pressure tight-fitting face-piece, the employee must be fit
tested with the same make, model, style, and size of respirator that will be used. The respiratory
protection standard specifies the kinds of fit tests allowed, the procedures for conducting them,
and how the results of the fit tests must be used.
The employer shall ensure that employees using a tight-fitting face-piece respirator pass an
appropriate qualitative fit test (QLFT) or quantitative fit test (QNFT) as stated in 29 CFR
1910.134.
The employer shall ensure that an employee using a tight-fitting face-piece respirator is fit tested
prior to initial use of the respirator, whenever a different respirator face-piece (size, style, model
or make) is used, and at least annually thereafter.
The employer shall conduct an additional fit test whenever the employee reports, or the
employer, PLHCP, supervisor, or program administrator makes visual observations of, changes
in the employee's physical condition that could affect respirator fit. Such conditions include, but
are not limited to, facial scarring, dental changes, cosmetic surgery, or an obvious change in
body weight.
QLFT may only be used to fit test negative pressure air-purifying respirators that must achieve a
fit factor of 100 or less.
If the fit factor, as determined through an OSHA-accepted QNFT protocol, is equal to or greater
than 100 for tight-fitting half face-pieces, or equal to or greater than 500 for tight-fitting full
face-pieces, the QNFT has been passed with that respirator.
Fit testing of tight-fitting atmosphere-supplying respirators and tight-fitting powered airpurifying respirators shall be accomplished by performing quantitative or qualitative fit testing in
the negative pressure mode, regardless of the mode of operation (negative or positive pressure)
that is used for respiratory protection.
Qualitative fit testing of these respirators shall be accomplished by temporarily converting the
respirator user's actual face-piece into a negative pressure respirator with appropriate filters, or
by using an identical negative pressure air-purifying respirator face-piece with the same sealing
5-6
surfaces as a surrogate for the atmosphere-supplying or powered air-purifying respirator facepiece.
Quantitative fit testing of these respirators shall be accomplished by modifying the face-piece to
allow sampling inside the face-piece in the breathing zone of the user, midway between the nose
and mouth. This requirement shall be accomplished by installing a permanent sampling probe
onto a surrogate face-piece, or by using a sampling adapter designed to temporarily provide a
means of sampling air from inside the face-piece.
Any modifications to the respirator face-piece for fit testing shall be completely removed, and
the face-piece restored to NIOSH-approved configuration, before that face-piece can be used in
the workplace.
5.1.4 Use of respirators
The respiratory protection standard requires employers to establish and implement procedures
for the proper use of respirators. These requirements include prohibiting conditions that may
result in face-piece seal leakage, preventing employees from removing respirators in hazardous
environments, taking actions to ensure continued effective respirator operation throughout the
work shift, and establishing procedures for the use of respirators in IDLH atmospheres or in
interior structural firefighting situations.
For all tight-fitting respirators, the employer shall ensure that employees perform a user seal
check each time they put on the respirator using the procedures in Appendix B-1 of the standard
or procedures recommended by the respirator manufacturer that the employer demonstrates are
as effective as those in Appendix B-1 of the standard.
5.1.5 Respirator effectiveness
Appropriate surveillance shall be maintained of work area conditions and degree of employee
exposure or stress. When there is a change in work area conditions or degree of employee
exposure or stress that may affect respirator effectiveness, the employer shall re-evaluate the
continued effectiveness of the respirator.
The employer shall ensure that employees leave the respirator use area for the following issues:
To wash their faces and respirator face-pieces as necessary to prevent eye or skin irritation
associated with respirator use; or
If they detect vapor or gas breakthrough, changes in breathing resistance, or leakage of the
face-piece; or
5-7
If the employee detects vapor or gas breakthrough, changes in breathing resistance, or leakage of
the face-piece, the employer must replace or repair the respirator before allowing the employee
to return to the work area.
5.1.6 Maintenance and care of respirators
The respiratory protection standard requires the employer to provide for the cleaning and
disinfecting, storage, inspection, and repair of respirators used by employees.
5.1.7 Cleaning and disinfecting
The employer shall provide each respirator user with a respirator that is clean, sanitary, and in
good working order. The employer shall ensure that respirators are cleaned and disinfected using
the procedures in Appendix B-2 of the standard, or procedures recommended by the respirator
manufacturer, provided that such procedures are of equivalent effectiveness. The respirators
shall be cleaned and disinfected at the following intervals:
Respirators issued for the exclusive use of an employee shall be cleaned and disinfected as
often as necessary to be maintained in a sanitary condition.
Respirators issued to more than one employee shall be cleaned and disinfected before being
worn by different individuals.
Respirators maintained for emergency use shall be cleaned and disinfected after each use.
Respirators used in fit testing and training shall be cleaned and disinfected after each use.
5.1.8 Storage
The employer shall ensure that respirators are stored as follows:
All respirators shall be stored to protect them from damage, contamination, dust, sunlight,
extreme temperatures, excessive moisture, and damaging chemicals, and they shall be
packed or stored to prevent deformation of the face-piece and exhalation valve.
In addition to the requirements of paragraph (h)(2)(i) of the standard, emergency respirators shall
be:
Kept accessible to the work area.
Stored in compartments or in covers that are clearly marked as containing emergency
respirators.
Stored in accordance with any applicable manufacturer instructions.
5-8
5.1.9 Inspection
The employer shall ensure that respirators are inspected as follows:
All respirators used in routine situations shall be inspected before each use and during
cleaning;
All respirators maintained for use in emergency situations shall be inspected at least monthly
and in accordance with the manufacturer's recommendations, and shall be checked for
proper function before and after each use; and
Emergency escape-only respirators shall be inspected before being carried into the workplace
for use.
The employer shall ensure that respirator inspections include the following:
A check of respirator function, tightness of connections, and the condition of the various
parts including, but not limited to, the face-piece, head straps, valves, connecting tube,
and cartridges, canisters or filters.
A check of elastomeric parts for pliability and signs of deterioration.
5.1.10 Repairs
The employer shall ensure that respirators that fail an inspection or are otherwise found to be
defective are removed from service, and are discarded or repaired or adjusted in accordance with
the following procedures:
Repairs or adjustments to respirators are to be made only by persons appropriately trained to
perform such operations and shall use only the respirator manufacturer's NIOSHapproved parts designed for the respirator and repairs shall be made according to the
manufacturer's recommendations and specifications for the type and extent of repairs to
be performed; and reducing and admission valves, regulators, and alarms shall be
adjusted or repaired only by the manufacturer or a technician trained by the manufacturer.
5.1.11 Identification of Filters, Cartridges and Canisters
The employer shall ensure that all filters, cartridges and canisters used in the workplace are
labeled and color coded with the NIOSH approval label and that the label is not removed and
remains legible.
5-9
5.1.12 Training
The employer shall provide effective training to employees who are required to use respirators.
The training must be comprehensive, understandable, and recur annually, and more often if
necessary. The standard also requires the employer to provide the basic information on
respirators in Appendix D of the standard to employees who wear respirators when not required
by this section or by the employer to do so.
The employer shall ensure that each employee can demonstrate knowledge of at least the
following:
Why the respirator is necessary and how improper fit, usage, or maintenance can
compromise the protective effect of the respirator.
What the limitations and capabilities of the respirator are.
How to use the respirator effectively in emergency situations, including situations in which
the respirator malfunctions.
How to inspect, put on and remove, use, and check the seals of the respirator.
What the procedures are for maintenance and storage of the respirator.
How to recognize medical signs and symptoms that may limit or prevent the effective use of
respirators.
The training shall be conducted in a manner that is understandable to the employee and the
employer shall provide the training prior to requiring the employee to use a respirator in the
workplace.
An employer who is able to demonstrate that a new employee has received training within the
last 12 months that addresses the elements specified in paragraph (k)(1)(i) through (vii) of the
respiratory protection standard is not required to repeat such training provided that, as required
by paragraph (k)(1), the employee can demonstrate knowledge of those element(s). Previous
training not repeated initially by the employer must be provided no later than 12 months from the
date of the previous training.
Retraining shall be administered annually, and when the following situations occur:
Changes in the workplace or the type of respirator render previous training obsolete;
Inadequacies in the employee's knowledge or use of the respirator indicate that the employee
has not retained the requisite understanding or skill.
5-10
Any other situation arises in which retraining appears necessary to ensure safe respirator use.
The basic advisory information on respirators, as presented in Appendix D of the standard, shall
be provided by the employer in any written or oral format, to employees who wear respirators
when such use is not required by this section or by the employer.
5.1.13 Program Evaluation
The respiratory protection standard requires the employer to conduct evaluations of the
workplace to ensure that the written respiratory protection program is being properly
implemented, and to consult employees to ensure that they are using the respirators properly.
The employer shall conduct evaluations of the workplace as necessary to ensure that the
provisions of the current written program are being effectively implemented and that it continues
to be effective.
The employer shall regularly consult employees required to use respirators to assess the
employees' views on program effectiveness and to identify any problems. Any problems that are
identified during this assessment shall be corrected. Factors to be assessed include, but are not
limited to: Respirator fit (including the ability to use the respirator without interfering with
effective workplace performance). Appropriate respirator selection for the hazards to which the
employee is exposed.
Proper respirator use under the workplace conditions the employee encounters.
Proper respirator maintenance.
5.1.14 Record Keeping
This section requires the employer to establish and retain written information regarding medical
evaluations, fit testing, and the respirator program. This information will facilitate employee
involvement in the respirator program, assist the employer in auditing the adequacy of the
program, and provide a record for compliance determinations by OSHA.
5.1.14.1 Medical Evaluation
Records of medical evaluations required by this section must be retained and made available in
accordance with 29 CFR 1910.1020.
5.1.14.2 Fit testing
The employer shall establish a record of the qualitative and quantitative fit tests administered to
an employee including:
5-11
The name or identification of the employee tested.
Type of fit test performed
Specific make, model, style, and size of respirator tested.
Date of test.
The pass/fail results for QLFTs or the fit factor and strip chart recording or other recording of
the test results for QNFTs.
Fit test records shall be retained for respirator users until the next fit test is administered.
A written copy of the current respirator program shall be retained by the employer. Written
materials required to be retained under this paragraph shall be made available upon request to
affected employees and to the Assistant Secretary or designee for examination and copying.
6.0 Containment – Work Area Preparation
The abatement contractor shall, as applicable, construct abatement enclosure system(s) for each
work area. The entrance to the enclosure(s) shall be outside the restricted area. The entrance
should have a lockable entry and/or exit door. A key to these doors shall be at the project site for
emergency entry.
6.1
Containment Construction
The abatement contractor shall shut down and seal with a minimum of two (2) layers of 6-mil
plastic sheeting all openings, including heating, cooling, and ventilating air systems, to prevent
dust dispersal to other areas. Plywood (3/8 inch minimum thickness) critical barriers are
required to separate the work area from adjacent occupied areas.
The abatement contractor shall cover floors of interior work areas with a minimum of two (2)
layers of 6-mil plastic sheeting extending at least 12 inches up the walls and sealed with duct
tape. The abatement contractor shall cover walls and ceilings (when required) with two layers of
4-mil or greater clear plastic sheeting overlapping the floor plastic by 12 inches and sealed with
duct tape. Blue chalk dust shall be applied between layers at all seams to detect water leaks. Exit
routes shall be marked clearly within the work area.
The containment system must be kept intact for as long as needed. All tears and breaks must be
repaired as they occur. Damaged floor sheeting shall be covered with new layers and not
5-12
removed. In addition to routine repairs, the abatement contractor is responsible for inspecting
the containment system on a daily basis or more often as needed to ensure its’ integrity.
On a daily basis, as well as during final cleanup, the immediate area shall be examined visually
to ensure that no lead debris has escaped containment. Any such debris shall be wet down and
raked or swept and placed in single 6-mil or double 4-mil plastic bags, which shall then be sealed
and stored along with other contaminated debris.
6.1.1
Signage
The abatement contractor shall post danger signs in the following manner:

Prior to initiating the isolation of the work areas the contractor shall post signs
immediately outside all entrances and exits to the work area.

The contractor shall keep the signs posted until the consultant gives final clearance to the
area.

The signs will be at least 20 inch x 14 inch and indicate the date and place of the lead
abatement project.

The signs must include the phrase, “CAUTION LEAD HAZARD, KEEP OUT” in bold
lettering at least two (2) inches high.

Signs stating that no eating, drinking, or smoking in the work area shall also be posted.
6.1.2
Electrical Service
Prior to abatement activities, the contractor (or RDA representative) shall shut down electric
power and lockout all circuit breaker boxes. The abatement contractor shall provide temporary
power and lighting and ensure safe installation of temporary power sources and equipment per
applicable electrical code requirements.
6.2
Pre-cleaning
The abatement contractor shall pre-clean the proposed work area(s) starting at the ceiling and
working down to the floor using HEPA vacuums and/or wet cleaning methods. The abatement
contractor shall not use methods that raise dust, such as dry sweeping or vacuuming with
equipment not equipped with HEPA filters.
The abatement contractor shall ensure that all carpeting within the work areas (unless slated for
removal/demolition) shall be thoroughly cleaned using HEPA vacuums. Carpet scheduled to be
removed shall be disposed of as lead contaminated waste.
5-13
6.2.1
Movable Objects
The abatement contractor shall pre-clean moveable objects within the work area(s) using HEPA
vacuums and/or wet cleaning methods.
The abatement contractor shall remove all
decontaminated objects from work areas to a temporary location.
6.2.2
Fixed Objects
The abatement contractor shall pre-clean fixed objects within the work area(s) using HEPA
vacuums and/or wet cleaning methods. The abatement contractor shall seal all decontaminated
fixed objects with 2 layers of 4-mil or greater plastic sheeting and duct tape to provide an air
tight and water proof seal. Engineering controls shall be used to prevent overheating of pumps,
electric motors, and other RDA owned property within the containment when plastic is used to
prevent contamination.
5-14
7.0 Removal Procedures
To ensure appropriate OSHA and NESHAP requirements are being met, the consultant may
provide daily monitoring of all LBP renovation or demolition activities.
7.1
Job Specific Removal procedures
Remove all lead containing material as identified in Appendix A (Statement of Work) of this
specification.
Material drop shall not exceed 15 feet. For heights from 15-50 feet, provide inclined chutes or
scaffolding to intercept drop. For heights exceeding 50 feet, provide enclosed air tight chutes.
During the abatement, periodic cleanup and bagging of lead containing waste materials is
required. Removed materials shall be double bagged in 4-mil plastic or single 6-mil plastic bags
and sealed (e.g. doors, windows, trim, etc.)
7.2
Visual Inspection
The abatement contractor shall visually inspect enclosures at the beginning of each work period.
Repair damaged barriers and remedy defects immediately upon discovery.
7.3
Daily Cleaning
Perform a daily wet cleaning of any area outside the work or restricted area which becomes
contaminated with dust or debris as a consequence of work performed on that day.
7.4
Debris Spills
Should areas outside the work area become contaminated with lead-containing dust or debris as a
consequence of the abatement employees’ work practices, the abatement contractor shall be
responsible for cleaning these areas in accordance with the procedures outlined in this
specification at no additional cost to RDA.
7.5
Use of Power Equipment
High RPM power equipment, pressure washers, sandblasting equipment, or hydro-blasters will
not be used outside of containment. Containment structure must be constructed and maintained
to prevent the possibility of lead contaminated dust, sand, or water being released from the
containment.
7-1
7.6
Emergencies and Accidents
The contractor shall inform the RDA representative and the consultant immediately if a health
hazard is created during the abatement. This includes, but is not limited to, such occurrences as
breaching the containment area, air monitoring results indicating airborne lead dust
concentrations at unacceptable levels, RDA property damage and accidents or injuries.
7.7
Final Cleaning
After completion of lead based paint removal, HEPA vacuum all surfaces to remove visible leadcontaining material. Surfaces shall be cleaned with a 5 percent tri-sodium phosphate solution (or
equivalent) and HEPA vacuumed again. All lead contaminated liquid waste will be collected in
55-gallon or smaller drums for proper disposal. Discharge shall not be disposed of onto the
ground, into a storm drain, or industrial waste line.
7-2
8.0 Decontamination and Work Area Clean-Up
Clean-up materials (including mop heads), clothing and all other disposable materials used in the
work area shall be double bagged in 4-mil, or single 6-mil plastic bags and sealed for disposal as
lead-contaminated waste.
The inner most layer of plastic must be HEPA vacuumed and wet wiped and visually inspected
by the consultant before removal. Carefully fold the plastic in upon itself while removing. Place
debris in double 4-mil or single 6-mil plastic bags and seal. Plastic sheeting used to isolate
After the preliminary final cleanup effort is completed, an inspector from consultant will visually
inspect the entire affected area to ensure that all surfaces requiring abatement have been
addressed and all visible dust and debris have been removed.
If the results of the visual inspection are unsatisfactory, affected surfaces must be re-abated
and/or cleaned in accordance with the consultant’s instructions until satisfactory results are
achieved.
After passing the final clearance standards as established by the consultant, the contractor may
continue with the painting or sealing of abated surfaces. The final layer of plastic must be
sprayed with lockdown and removed at this time. During the removal of final layer of floor
plastic, HEPA vacuum the area under the floor plastic as it is being removed to clean up any
debris that may have breached the containment.
8-1
9.0 Waste Disposal
The abatement contractor will notify the consultant in advance of the date and time that lead
contaminated waste will be transported.
To prevent exceeding available storage capacity on site, sealed and labeled containers of
contaminated waste periodically shall be removed and transported to the disposal site.
A completed generator label will be placed on each bag, drum, and wrapped component before
transporting to the landfill site.
Upon the completion of documented analytical testing on all generated waste, all regulated leadcontaminated waste shall be disposed of at an authorized site in accordance with regulatory
requirements of the EPA, RCRA, LDEQ and applicable State and Local guidelines and
regulations.
Wet wipe all containers in work area prior to transfer to load-out. The abatement contractor will
wet wipe containers again in load-out area prior to transfer to disposal vehicle.
Personnel loading and unloading lead-contaminated waste from the abatement enclosure shall
enter the load-out from outside. No one shall use the load-out as a means to leave or enter the
work area.
Drums/bags of lead-contaminated waste and wrapped lead contaminated components that have
been removed from the work area shall be transported directly to an EPA approved disposal site.
Temporary storage of lead contaminated waste at an intermediate location is not permitted
except under special authorization from the RDA representative and the consultant.
Lead-contaminated waste transported in an open truck or trailer must be in 6-mil bags within
sealed drums. Drums must be secured to prevent movement and shall not be loaded higher than
the sidewalls of the vehicle.
Large structural lead containing components shall be loaded and secured prior to loading bags.
Do not throw items into truck cargo area.
Any lead containing dust observed on containers or surfaces outside the work area shall be
immediately cleaned using HEPA filtered vacuuming equipment and/or wet cleaning methods.
9-1
10.0 Post-abatement Submittals
Within 10 working days after completion of work, and prior to release from contract obligations
with RDA, the abatement contractor shall provide the RDA representative and/or consultant with
the following:
A draft waste manifest from the waste disposal site operator stating date, time, and amount
(cubic yards) of lead-contaminated waste received.
A signed copy of all air sampling results from samples collected during the contract (see
Section 6.3, Air Sampling and Monitoring – Personal Sampling).
Daily logs, including contractor sign-in sheets and manometer charts.
Written verification from the rental company that equipment was decontaminated by the
contractor prior to return (if rental company trucks or equipment are used).
10-1
11.0 Hazardous Property Disclaimer
RDA cautions that lead containing materials, substances, or component parts thereof, which are
being removed under this contract exhibit hazardous or toxic properties. RDA assumes no
liability for any damage to the property of the Lead Based Paint Abatement Contractor; any
person or public property, or for the personal injuries, illness, disabilities, or death to the Lead
Based Paint Contractor or his employees, any other person subject to the contractors control or
any other person including members of the general public, arising from, or incident to, the
purchase, use, processing, disposition, or any subsequent operation performed upon, exposure to
or contact with any component, part, constituent or ingredient of this item, or substance or
material whether intentional or accidental. The Lead Based Paint Abatement Contractor agrees
to hold harmless and indemnify RDA and the consultant for any and all costs and expenses
incurred incident to any claim, suit, demand, judgment, action, debt, liability costs and attorney’s
fees or any other request for moneys or any other type of relief arising from or incident to the
purchase, use, processing, disposition, subsequent operation performed upon, exposure to, or
contact with any component, part, constituent, or ingredient of this item, material, or substance,
whether intentional or accidental.
11-1
12.0 References
40 CFR Part 61 – NESHAPS
40 CFR Part 261
29 CFR 1910.134
29 CFR 1926.62
29 CFR 1926.21
29 CFR 1912.20
29 CFR 1926.59
49 CFR 171 and 172
12-1
Limitations
The services described in this report were performed consistent with generally accepted
professional consulting principles and practices. No other warranty, express or implied, is made.
These services were performed consistent with our agreement with our client. This report is
solely for the use and information of our client unless otherwise noted. Any reliance on this
report by a third party is at such party's sole risk.
Opinions and recommendations contained in this report apply to conditions existing when
services were performed and are intended only for the client, purposes, locations, time frames,
and project parameters indicated. We are not responsible for the impacts of any changes in
environmental standards, practices, or regulations subsequent to performance of services. We do
not warrant the accuracy of information supplied by others, nor the use of segregated portions of
this report.
APPENDIX A
STATEMENT OF WORK
Statement of Work
Former Entergy Redevelopment Site
1509 Government Street
Baton Rouge, Louisiana
The abatement contractor shall prepare the following areas for repainting:
Isolate and prepare the Work Areas as indicated within Buildings 1 and 2:
1. Clean fixtures and furniture in the buildings using HEPA-vacuuming and wiping the surfaces. Apply
an EPA-approved encapsulating sealant to the cleaned surfaces. These items are to be disposed
of as C&D in a regular landfill.
2. Properly stabilize coatings by scraping loose or flaking lead-based paint from interior components
including but not limited to windows, doors, walls, ceilings, trim, and interior soffit. Perform wet
sanding or other surface preparation required to allow proper application of the new paint coating by
others.
3. Remove all flaking paint and/or loose debris on the ground and place in sealed containers and store
at a location designated by the RDA representative.
4. HEPA vacuum all carpeted in areas with flaking paint and/or debris and apply EPA-approved
encapsulating sealant to the cleaned surfaces. Cut the cleaned and encapsulated carpeting into
manageable sections and dispose of as C&D in a regular landfill.
5. Provide hazardous waste characterization testing and proper disposal of the containerized flaking
paint and debris.
The abatement contractor shall follow all requirements of this specification, site-specific work
and health & safety regulations as required by RDA as well as all applicable Federal, State and
Local regulations.
APPENDIX C
SELECTED PAGES FROM PREVIOUS ASBESTOS AND LEAD PAINT
SURVEY REPORTS
June 2014 RFP – 1509 Government Street Brownfields Cleanup 1.0 EXECUTIVE SUMMARY
1.1
Site Name
BR-182 – Multiple Buildings
1509 Government Street
Baton Rouge, East Baton Rouge Parish, Louisiana
1.2
Name and Certificate of Inspector(s)
Tracy Gonzo
AEROSTAR Lead-Based Paint Inspector
Certification No. Pb12RA00236
AEROSTAR Asbestos Inspector
Asbestos Certification No. 21170866
1.3
Kerry Meaux
Technician
Purpose
Aerostar Environmental Services, Inc. (AEROSTAR) conducted the following assessment
activities to evaluate specific environmental risks that could potentially impact the acquisition
and redevelopment of the site by a prospective purchaser. The assessment was performed as
part of the City of Baton Rouge - Parish of East Baton Rouge’s (City-Parish) Brownfields
Program using funding from the U.S. Environmental Protection Agency (EPA).
1.4
Site Description and Activities
From February 7 to 13, 2012, AEROSTAR conducted Asbestos-Containing Materials (ACM)
surveys, Lead-Based Paint (LBP) surveys, Hazardous Component Inventories, and Visual
Mold Inspections of multiple buildings within the BR-182 property, located at 1509
Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana. The buildings were
arbitrarily labeled 1-10 by previous site inspectors. Building 4 had been removed at the time
of the survey. The area of the survey included all accessible areas of the buildings remaining
on site, including, but not limited to, roofs, attic spaces, crawl spaces, basements, exterior
areas, and throughout the interior spaces. Building 2, first floor room 1 was not accessible
because it was secured due to an “asbestos danger keep out” sign.
1.5
Findings and Results
1.5.1
Asbestos Survey
A visual reconnaissance of suspect asbestos containing materials (ACMs) was performed in all
accessible areas of the structures. A total of 95 homogeneous areas were identified. Two
homogeneous areas were not sampled (1509-EB1 – Elevator Brakes and 1509-EB2 – Elevator
Brakes) due to inaccessibility; therefore, homogeneous areas 1509-EB1 and 1509-EB2 are
assumed to contain asbestos until sampled. A total of 23 of the 93 homogeneous areas
sampled within the structures were found to contain asbestos fiber concentrations greater than
one percent (1%) by Polarized Light Microscopy (PLM) analysis.
BR-182, 1509 Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana
Draft ACM & LBP Surveys, Hazardous Component Inventory and Mold Survey, AES Project Number 0811-145-33
March 26, 2012
Page 1
Laboratory analytical results indicated Buildings 1, 2, 3, and 7 as having ACMs. No ACMs
were identified in the samples collected from Buildings 6 and 8. No samples were collected
for laboratory analysis from Buildings 5, 9, and 10 since building materials observed were not
potentially asbestos containing.
1.5.2
Lead-Based Paint Survey
A LBP survey was performed using Niton XLp 302A series X-Ray Fluorescence (XRF)
portable spectrum analyzers, serial number 23358. Lead concentrations equal to or greater
than 1.0 milligram per square centimeter (mg/cm2) were found in 51 of 407 XRF sample
locations, specifically in Buildings 1, 2, and 6. Buildings 3, 5, 7, 8, 9 and 10 did not have XRF
sample results equal to or greater than 1.0 mg/cm2.
1.5.3
Hazardous Component Inventory
AEROSTAR conducted an inventory of all hazardous materials/components to include
fluorescent light fixtures, inspecting ballasts for labels stating “No PCBs”, High Intensity
Discharge (HID) lighting lamps, switches associated with Heating Ventilation and Air
Conditioner (HVAC) and refrigeration systems, and storage of containers or equipment which
may contain hazardous materials including, but not limited to electrical transformers, a ceiling
crane, compressed gases, paint, cleaning supplies, and stored batteries throughout each of the
buildings.
Hazardous components observed throughout the site included 5 mercury thermostats, 56 HID
lamps, 21 incandescent lights, 35 flood lights, approximately 351 fluorescent light fixtures,
approximately 1,189 fluorescent light bulbs, various types of air conditioning units (central air,
window-mounted, and Bard system) containing freon, 10 automotive batteries, a crate
containing various sized batteries, various compressed gases, and various household and
commercial chemicals throughout the site.
Buildings 2, 3, 5, 6, 7, 8, 9 and 10 were energized at the time of the field investigation, so
AEROSTAR was not able to access the fluorescent light fixture ballasts for safety reasons. No
additional information was provided about the ballasts, so the ballasts were assumed to contain
PCBs for this investigation. Exterior observations included abandoned transformers, relays
and other materials stored on the northern fence line. An abandoned gasoline pump was
observed between Buildings 7 and 5. The crate of various types of batteries was observed on
the east side porch of Building 7.
1.5.4 Visual Mold Inspection
Building 1 had extensive water damage and mold throughout. The water damage and mold
were observed on the ceiling tiles, plaster, drywall, brick, windows, air conditioner vents,
carpets, concrete floors, vinyl floor tile, and wood paneling. Vegetation was noted growing on
numerous interior walls. Exterior broken windows and doors were allowing water to enter the
building.
BR-182, 1509 Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana
Draft ACM & LBP Surveys, Hazardous Component Inventory and Mold Survey, AES Project Number 0811-145-33
March 26, 2012
Page 2
Building 2 had water damage and mold on ceiling tiles, plaster, windows, air conditioner vents,
carpets, and wood paneling in limited areas.
No water damage or mold was observed in Buildings 3, 5, 6, 7, 8, 9 and 10.
1.5.5
Avian Feces
Numerous exterior broken windows and doors were allowing birds to enter the Building 1.
AEROSTAR inspectors observed approximately 2 to 3 inches of bird feces throughout the
building.
BR-182, 1509 Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana
Draft ACM & LBP Surveys, Hazardous Component Inventory and Mold Survey, AES Project Number 0811-145-33
March 26, 2012
Page 3
may contain hazardous materials including, but not limited to electrical transformers, a ceiling
crane, compressed gases, paint, cleaning supplies, and stored batteries throughout each of the
buildings.
4.4
Visual Water Damage and Mold Inspection
A visual inspection for water damaged areas and mold was conducted to identify locations
and quantify areas of visible mold growth throughout each of the buildings.
4.5
Avian Feces Inspection
A visual inspection for the presence of avian feces was conducted to identify locations and
preliminarily estimate the amount of excrement within each of the buildings.
5.0 RESULTS
5.1
Asbestos Survey Results
AEROSTAR performed an asbestos renovation/demolition survey of all areas associated with
the referenced structures. A total of 95 homogeneous areas were identified. Two
homogeneous areas were not sampled (1509-EB1 – Elevator Brakes and 1509-EB2 – Elevator
Brakes) due to inaccessibility; therefore, homogeneous areas 1509-EB1 and 1509-EB2 are
assumed to contain asbestos until sampled.
The homogeneous areas identified included:
Building 1



















Drywall
Skim Coat
12” x 12” Vinyl Floor Tile (VFT) (2 types)
Mastic Associated with 12” x 12” VFT (2 types)
2’ x 4’ Acoustical Ceiling Tiles (ACT)
4” Cove Base
Mastic Associated with 4” Cove Base
Acoustical Wall Board
2’ x 2’ ACT
Plaster (2 types)
Mastic (Brown) Associated with 1’ x 1’ ACT
Caulking
Glazing
Flashing (2 types)
Rolled Asphalt Roofing
Tar Paper/Tar
VFT
Mastic Associated with VFT
1’ X 1’ ACT
BR-182, 1509 Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana
Draft ACM & LBP Surveys, Hazardous Component Inventory and Mold Survey, AES Project Number 0811-145-33
March 26, 2012
Page 11

Elevator Brakes
Building 2
























Transit Panels
1’ x 1’ ACT
Mastic (Brown) Associated with 1’ x 1’ ACT
Sink Mastic
Carpet (2 types)
Mastic Associated with Carpet (2 types)
Leveler Associated with Carpet
2’ x 4’ ACT
Built-up Roof
Rolled Asphalt Roofing
Flashing
9” x 9” VFT (4 types)
Mastic Associated with 9” x 9” VFT (4 types)
2’ x 2’ ACT
4” Cove Base (3 types)
Mastic Associated with 4” Cove Base (3 types)
12” x 12” VFT (2 types)
Mastic Associated with 12” X 12” VFT (2 types)
Joint Compound
Drywall
Plaster (2 types)
Window Glazing
Thermal System Insulation (TSI)
Elevator Brakes
Building 3















2’ x 4’ ACT
12” x 12” VFT (2 types)
Mastic Associated with 12” x 12” VFT (2 types)
2’ X 2’ ACT
4” Cove Base (2 types)
Mastic Associated with 4” Cove Base (2 types)
Carpet (2 types)
9” x 9” VFT
Mastic Associated with 9” x 9” VFT
Textured Wall
Drywall
Joint Compound
Roof Seam Mastic (Black)
Built-up Roof
Flashing
BR-182, 1509 Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana
Draft ACM & LBP Surveys, Hazardous Component Inventory and Mold Survey, AES Project Number 0811-145-33
March 26, 2012
Page 12
Building 6






2’ x 4’ ACT
12” x 12” VFT
Mastic Associated with 12” X 12” VFT
Fireproofing
Built-up Roof
Rolled Asphalt Flashing
Building 7





Popcorn Ceiling
12” x 12” VFT
Mastic Associated with 12” X 12” VFT
Fireproofing
Window Glazing
Building 8

Fireproofing
A total of 332 samples were collected from 95 homogeneous areas and submitted to EMSL for
analysis by PLM. Analytical results of the samples revealed that 23 of the 93 homogeneous
areas sampled were found to contain asbestos fiber concentrations greater than 1% by EPA
Method 600/R-93/116 and are as follows:
Bldg.
No.
Material
Description
1
Skim Coat
1
12” x 12”
VFT (White)
1
Mastic
Associated
with 12” x
12” VFT
(White)
Homogeneous
Sample ID
Location
Approximate
Amount
Asbestos
Type %
NESHAP
Category
1509-2
3rd Floor Office
1 and in debris
throughout the
building
900 Square
Feet (SF)
2%
Chrysotile
Asbestos
RACM
1509-3
1st Floor Rooms
3 & 9, 2nd floor
Rooms 1 & 4
600 SF
2%
Chrysotile
Asbestos
NF Cat. I
1509-3A
1st Floor Rooms
3 & 9, 2nd floor
Rooms 1 & 4
600 SF
4%
Chrysotile
Asbestos
NF Cat. I
BR-182, 1509 Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana
Draft ACM & LBP Surveys, Hazardous Component Inventory and Mold Survey, AES Project Number 0811-145-33
March 26, 2012
Page 13
Bldg.
No.
Material
Description
Homogeneous
Sample ID
Location
Approximate
Amount
Asbestos
Type %
NESHAP
Category
1
Caulking
1509-10
Around some of
the exterior
window frames
500 Linear
Feet (LF)
4%
Chrysotile
Asbestos
NF Cat. II
1
Silver
Flashing
1509-12
Around the edge
of roofs 1, 2, 3, 4
&5
2,260 SF
12%
Chrysotile
Asbestos
NF Cat. I
1
VFT
(Brown)
1509-16B
1 Floor Kitchen
160 SF
2%
Chrysotile
Asbestos
NF Cat. I
2
Transit
Panels
1509-41
Shed sides and
roof
1,344 SF
15%
Chrysotile
Asbestos
NF Cat. II
2
Sink Mastic
1509-44
2nd Floor Room
26
2 SF
3%
Chrysotile
Asbestos
NF Cat. I
6,000 SF
3%
Chrysotile
Asbestos
NF Cat. II
1,000 SF
8%
Chrysotile
Asbestos
NF Cat. I
2
Leveler
Associated
with Carpet
(Gray)
1509-45B
2
Flashing
(Black)
1509-49
2
9” X 9” VFT
(Black)
1509-52
2
9” x 9” VFT
(Dark Green)
1509-53
2
9” X 9” VFT
(Beige)
1509-54
2
12” X 12”
VFT
(Speckled
Beige)
1509-57
st
1st Floor Rooms
9, 11, 12, 15, 16,
18, 19; 2nd Floor
Rooms 1, 2, 4-9,
11-16, 18-21,
29-32, 34
Along the edges
sealing the
cracks in
concrete and
penetrations
1st Floor Hall 2,
2nd Floor Hall 1
1st Floor Hall 2,
2nd Floor Hall 1
& Room 28
st
1 Floor Rooms
2, 8, 11 & 12, 2nd
Floor Rooms 3,
10, 37 & Halls 2,
3, & 4
2nd Floor Rooms
25, 26 & 35
150 SF
255 SF
3%
Chrysotile
Asbestos
4%
Chrysotile
Asbestos
NF Cat. I
NF Cat. I
2,500 SF
2%
Chrysotile
Asbestos
NF Cat. I
715 SF
2%
Chrysotile
Asbestos
NF Cat. I
BR-182, 1509 Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana
Draft ACM & LBP Surveys, Hazardous Component Inventory and Mold Survey, AES Project Number 0811-145-33
March 26, 2012
Page 14
Bldg.
No.
Material
Description
Homogeneous
Sample ID
Location
Approximate
Amount
Asbestos
Type %
NESHAP
Category
2
12” X 12”
VFT
(Orange)
1509-58
2nd Floor Rooms
24 & 27
290 SF
2%
Chrysotile
Asbestos
NF Cat. I
1,560 SF
2%
Chrysotile
Asbestos
NF Cat. I
1,560 SF
2%
Chrysotile
Asbestos
NF Cat. I
400 LF
5%
Amosite
Asbestos
RACM
NF Cat. I
2
9” X 9” VFT
(Olive
Green)
2
Mastic
Associated
with 9” X 9”
VFT (Olive
Green)
1509-59
1509-59A
1st Floor Rooms
13, 15-19, 2nd
Floor Room 27
and Hall 4
1st Floor Rooms
13, 15-19, 2nd
Floor Room 27
and Hall 4
1509-65
1st Floor Rooms
1, 2, 3, 4, 7, 8,
10, 20-22, Mech.
Room, Hall 1 &
Warehouse
3
9” x 9” VFT
(Green)
1509-32
Hall 1 & Rooms
5-8
750 SF
12%
Chrysotile
Asbestos
3
Mastic
Associated
with 9” x 9”
VFT (Green)
1509-32A
Hall 1 & Rooms
5-8
750 SF
8%
Chrysotile
Asbestos
NF Cat. I
3
Roof Seam
Mastic
(Black)
1509-38
Between the
Main Structure
and the Covered
Shed
50 SF
6%
Chrysotile
Asbestos
NF Cat. I
3
Flashing
1509-40
Around Roof
Perimeter Walls
& Penetrations
1,000 SF
15%
Chrysotile
Asbestos
NF Cat. I
7
Window
Glazing
1509-22
Various Exterior
and Interior
Windows
70 LF
2%
Chrysotile
Asbestos
NF Cat. II
2
TSI
Two homogeneous areas are assumed to contain asbestos fiber concentrations greater than 1%
until sampled and are as follows:
BR-182, 1509 Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana
Draft ACM & LBP Surveys, Hazardous Component Inventory and Mold Survey, AES Project Number 0811-145-33
March 26, 2012
Page 15
Bldg.
No.
1
2
Material
Description
Elevator
Brakes
Elevator
Brakes
Homogeneous
Sample ID
1509-EB1
1509-EB2
Location
Elevator
Shaft
Elevator
Shaft
Approximate
Amount
1 set per
elevator
1 set per
elevator
Asbestos
Type %
NESHAP
Category
Assumed
NF Cat II
Assumed
NF Cat II
Asbestos sample results are summarized in Tables 1A – 1F. Sample locations are depicted on
Figures 2 through 11. Asbestos containing materials locations are shown on Figures 12
through 16. Consultant, inspector, and laboratory credentials are provided in Appendix A. A
copy of the laboratory analytical results and appropriate Chain of Custody Records are
included in Appendix B. Photographic Documentation is included as Appendix C.
5.2
Lead-Based Paint Survey Results
Based on HUD guidelines, an XRF sample equal to or greater than 1.0 mg/cm2 is considered to
be the action level at which the paint is considered to be LBP. XRF sample readings (Pbc ±
Pbc Error) are reported as lead concentration (Pbc) in mg/cm2 plus or minus the statistical
deviation (Pbc Error) that allows for 95% confidence. To determine the XRF sample result to
be positive or negative, the XRF sample readings (Pbc ± Pbc Error) were reported as a 95%
confidence interval compared to the HUD action-level (1.0 mg/cm2). The following building
components exhibited XRF sample results containing lead concentrations greater than 1.0
mg/cm2:
Building 1




















3rd Floor, Office 1 Yellow Concrete Floor (2 readings)
3rd Floor, Office 1 Green Steel Rail
3rd Floor, Office 1 Silver Steel Rail
2nd Floor, Office 13 White Brick Wall
2nd Floor, Office 12 White Plaster Wall
2nd Floor, Office 12 White Brick Wall
3rd Floor, Warehouse 2 Gray Brick Walls (4 readings)
3rd Floor, Warehouse 2 Gray Metal Pipe
1st Floor, Office 3 Orange Metal Rail
1st Floor, Generator Room Gray Metal Door
1st Floor, Generator Room Red Brick Wall
1st Floor, Stairwell Silver Metal Riser
1st Floor, Hall 2 Gray Concrete Wall
1st Floor, Hall 2 White Brick Wall
1st Floor, Hall 2 White Wood Door
1st Floor, Office 23 White Brick Wall
1st Floor, North Side Exterior Orange Metal Pipe
1st Floor, South Side Exterior Green Wood Door Casing
1st Floor, South Side Exterior Green Metal Door
1st Floor, East Side Exterior Green Wood Door Casing
BR-182, 1509 Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana
Draft ACM & LBP Surveys, Hazardous Component Inventory and Mold Survey, AES Project Number 0811-145-33
March 26, 2012
Page 16




1st Floor, East Side Exterior White Metal Pipe
1st Floor, North Side Exterior White Metal Pipe
1st Floor, North Side Exterior Green Metal Downspout
1st Floor, North Side Exterior Yellow Concrete Riser
Building 2






















1st Floor, Office 5 White Brick Wall
1st Floor, Office 5 White Plaster Wall
1st Floor, Office 5 Gray Concrete Wall
1st Floor, Office 6 White Metal Roll Doors
1st Floor, Office 6 Yellow Metal Rail
1st Floor, Office 6 Gray Metal Door
1st Floor, Office 8 White Brick Wall
1st Floor, Office 12 White Brick Wall
1st Floor, Office 13 Yellow Concrete Floor
1st Floor, Hall 2 White Metal Rail
1st Floor, Office 20 Brown Wood Wall
1st Floor, Warehouse Yellow Concrete Floor
2nd Floor, Office 6 Beige Plaster Wall
2nd Floor, Stairwell Beige Metal Rail Post
1st Floor, North Side Exterior Orange Metal Rail
1st Floor, North Side Exterior White Metal Door
1st Floor, North Side Exterior Orange Metal Rail
2nd Floor, Office 18 Beige Brick Wall
2nd Floor, Office 20 Beige Wood Baseboard
2nd Floor, Office 28 Beige Wood Baseboard
2nd Floor, Office 36 White Wood Baseboard
2nd Floor, Hall 4 Beige Wood Wall
Building 6

West Side Orange Metal Wall
XRF sample results are provided in Tables 2A-2I. Sample locations are depicted on Figures 17
through 27.
5.3
Hazardous Component Inventory Results
Building 1 did not have power at the time of the survey. All fluorescent light bulbs and
ballasts were removed from Building 1 prior to the survey. One mercury thermostat was
observed on the second floor in Hall 1. Six HID Lamps were observed on the 2nd floor and 13
were observed on the 3rd floor. A total of 10 incandescent lights and 27 flood lights were
inside Building 1. A ceiling crane is located on the north end of the building.
BR-182, 1509 Government Street, Baton Rouge, East Baton Rouge Parish, Louisiana
Draft ACM & LBP Surveys, Hazardous Component Inventory and Mold Survey, AES Project Number 0811-145-33
March 26, 2012
Page 17