HomeMy WebLinkAbout06390 - INFOTOX INC WELWOOD ASBESTOS ABATEMENT SPECS AND MONITORING Kathie Hart
From: Tabitha Richards
Sent: Wednesday,April 15, 2015 4:34 PM
To: Kathie Hart
Cc: Marcus Fuller
Subject: RE:A6390-Infotox (Asbesto Abatement Specs and Monitoring at Welwood Library)
Yes, ok to close.
Thank you, C.�r
Tabitha Richards \
760-323-8202 \y /
From: Kathie Hart
Sent: Wednesday, April 15, 2015 4:27 PM
To: Tabitha Richards; Marcus Fuller
Subject: A6390 - Infotox (Asbesto Abatement Specs and Monitoring at Welwood Library)
Tabi:
Just want to double check.
May I close this agr file?
Thx!
R'Av-�c
Kathie Hart, MMC
Chief beputy City Clerk
exttt'l {� 7` f1E1
CAWFnan�a J
City of Palm Springs (760)323-8206
3200 E. Tahquitz Canyon Way  (760) 322-8332
Palm Springs,CA 92262 V< Kathie.Hart@PalmSpringsCA.gov
City Hall is open 8 am to 6 pm, Monday through Thursday,and closed on Fridays.
i
AMENDMENT NO. 1
AGREEMENT NO. 6390
FOR ENVIRONMENTAL MANAGEMENT SERVICES
THIS FIRST AMENDMENT ("First Amendment") to Agreement No. 6390 for
Environmental Management services, (herein "Amendment") made and entered into on
the 1st day of November, 2013, by and between the CITY OF PALM SPRINGS (herein
"City") and Infotox, Inc., ("Consultant"), as follows:
RECITALS
A. City and Consultant entered into the Agreement on July 31, 2013 for Environmental
Management Services described in a Proposal from the Consultant dated February 21,
2013 ("Original Proposal") and attached to the Agreement as a part of Exhibit "A" of the
Agreement entitled "Consultant's Scope of Services/Work."
B. The parties wish to amend the Agreement to add Environmental Management
Services related to the Chevron Energy Systems project abatement of hazardous
materials.
NOW, THEREFORE, for good and sufficient consideration, the parties agree as follows:
Section 1.
Add additional Environmental Management Services, including but limited to testing for
the presence of hazardous materials as well as monitoring and related testing during
the abatement of said hazardous materials in an amount not to exceed $12,000.
Section 2.
The term of said agreement is hereby extended until December 31, 2014.
Section 3.
Full Force and Effect: Except as previously modified herein, all other provisions of the
Agreement shall remain unmodified in full force and effect.
Page 2
Amendment No. 1 To Agreement No. 6390
IN WITNESS WHEREOF, the parties have executed and entered into the Amendment
as of the date first written above.
CITY OF PALM SPRINGS
ATTEST: a municipal corporation,
y. By:
J
ityO Clerk City Manager
APPROVEP AS TO FORM: APPRO EV�BYCITYMANAGER
nk4i �1�ooD°� Ab'.�j0
By:
City Attorney
CONSULTANT:
By:
Infotox, Inc.
Name: Michael A. Nieuwlandt
Title: President
2
CONSULTING SERVICES AGREEMENT
CONSULTANT
Environmental Management Services
Welwood Murray Memorial Library Project
THIS AGREEMENT FOR CONSULTING SERVICES (the "Agreement') is made
and entered into thisz 3 day of --r-b-r- y , 2013, by and between the City of Palm
Springs, a California charter city and municipal corporation ("City"), and Infotox, Inc.
("Consultant').
RECITALS
A. City requires professional environmental management services related to
the Welwood Murray Hazardous Material Abatement. ("Project').
B. Consultant has submitted to City a proposal to provide Environmental
Management Services to City pursuant to the terms of this Agreement.
C. Based on its experience, education, training, and reputation, Consultant is
qualified to provide the necessary services to City for the Project and desires to provide
such services.
D. City desires to retain the services of Consultant for the Project.
NOW, THEREFORE, in consideration of the promises and mutual agreements
contained herein, City agrees to retain and does hereby retain Consultant and
Consultant agrees to provide services to the City as follows:
AGREEMENT
1. CONSULTANT SERVICES
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, Consultant shall provide Environmental Management Services to City as
described in the Scope of Services/Work attached to this Agreement as Exhibit "A" and
incorporated herein by reference (the "services" or "work"), which includes the agreed
upon schedule of performance and the schedule of fees. Consultant warrants that all
services and work shall be performed in a competent, professional, and satisfactory
manner in accordance with all standards prevalent in the industry. In the event of any
inconsistency between the terms contained in the Scope of Services/Work and the
terms set forth in the main body of this Agreement, the terms set forth in the main body
of this Agreement shall govern.
1.2 Compliance with Law. All services rendered under this Agreement shall
be provided by Consultant in accordance with all applicable federal, state, and local
laws, statutes and ordinances and all lawful orders, rules, and regulations promulgated
thereunder.
1.3 Licenses and Permits. Consultant shall obtain at its sole cost and
expense such licenses, permits, and approvals as may be required by law for the
performance of the services required by this Agreement.
1.4 Familiarity with Work. By executing this Agreement, Consultant
warrants that it has carefully considered how the work should be performed and fully
understands the facilities, difficulties, and restrictions attending performance of the work
under this Agreement.
2. TIME FOR COMPLETION.
The time for completion of the services to be performed by Consultant is an
essential condition of this Agreement. Consultant shall prosecute regularly and
diligently the work of this Agreement according to the agreed upon schedule of
performance set forth in Exhibit "A." Consultant shall not be accountable for delays in
the progress of its work caused by any condition beyond its control and without the fault
or negligence of Consultant.
3. COMPENSATION OF CONSULTANT
3.1 Compensation of Consultant. For the services rendered pursuant to
this Agreement, Consultant shall be compensated and reimbursed, in accordance with
the schedule of fees set forth in Exhibit 'A," which total amount shall not exceed
10 405.
3.2 Method of Payment. In any month in which Consultant wishes to receive
payment, Consultant shall no later than the first working day of such month, submit to
City in the form approved by City's finance director, an invoice for services rendered
prior to the date of the invoice. Payments shall be based on the percentage of work
completed for authorized services performed. City shall pay Consultant for the
percentage of work completed when compared with the lump sum of $10,405 for all of
work identified in the scope of services/work shown in Exhibit A, which are approved by
City consistent with this Agreement, within thirty (30) days of receipt of Consultant's
invoice.
3.3 Changes. In the event any change or changes in the Scope of
Services/Work is requested by City, the parties hereto shall execute a written
amendment to this Agreement, setting forth with particularity all terms of such
amendment, including, but not limited to, any additional fees. An amendment may be
entered into:
A. To provide for revisions or modifications to documents or other
work product or work when documents or other work product or work is required by the
enactment or revision of law subsequent to the preparation of any documents, other
work product, or work;
B. To provide for additional services not included in this Agreement or
not customarily furnished in accordance with generally accepted practice in Consultant's
profession.
3.4 Appropriations. This Agreement is subject to and contingent upon funds
being appropriated therefore by the City Council of City for each fiscal year covered by
the Agreement. If such appropriations are not made, this Agreement shall automatically
terminate without penalty to City.
4. PERFORMANCE SCHEDULE
4.1 Time of Essence. Time is of the essence in the performance of this
Agreement.
4.2 Schedule of Performance. All services rendered pursuant to this
Agreement shall be performed pursuant to the agreed upon schedule of performance
set forth in Exhibit "A." The extension of any time period must be approved in writing by
the Contract Officer.
4.3 Force Maieure. The time for performance of services to be rendered
pursuant to this Agreement may be extended because of any delays due to
unforeseeable causes beyond the control and without the fault or negligence of
Consultant, including, but not limited to, acts of God or of a public enemy, acts of the
government, fires, earthquakes, floods, epidemic, quarantine restrictions, riots, strikes,
freight embargoes, and unusually severe weather if Consultant shall within ten (10)
days of the commencement of such condition notify the Contract Officer who shall
thereupon ascertain the facts and the extent of any necessary delay, and extend the
time for performing the services for the period of the enforced delay when and if in the
Contract Officer's judgment such delay is justified, and the Contract Officer's
determination shall be final and conclusive upon the parties to this Agreement.
4.4 Term. Unless earlier terminated in accordance with Section 9.5 of this
Agreement, this Agreement shall continue in full force and effect until December 31,
2013, unless extended by mutual written agreement of the parties.
5. COORDINATION OF WORK
5.1 Representative of Consultant. The following principal of Consultant is
hereby designated as being the principal and representative of Consultant authorized to
act in its behalf with respect to the services and work specified herein and make all
decisions in connection therewith: Michael A. Nieuwlandt, President It is expressly
understood that the experience, knowledge, education, capability, and reputation of the
foregoing principal is a substantial inducement for City to enter into this Agreement.
Therefore, the foregoing principal shall be responsible during the term of this Agreement
for directing all activities of Consultant and devoting sufficient time to personally
supervise the services hereunder. The foregoing principal may not be changed by
Consultant without prior written approval of the Contract Officer.
5.2 Contract Officer. The Contract Officer shall be the City Manager, or
his/her designee. It shall be the Consultant's responsibility to keep the Contract Officer,
or his/her designee, fully informed of the progress of the performance of the services
and Consultant shall refer any decisions that must be made by City to the Contract
Officer. Unless otherwise specified herein, any approval of City required hereunder
shall mean the approval of the Contract Officer.
5.3 Prohibition Consultant inst Subcontracting or Assignment. The
experience, knowledge, education, capability, and reputation of Consultant, its
principals and employees, were a substantial inducement for City to enter into this
Agreement. Therefore, Consultant shall not contract with any other individual or entity
to perform in whole or in part the services required hereunder without the express
written approval of City. In addition, neither this Agreement nor any interest herein may
be assigned or transferred, voluntarily or by operation of law, without the prior written
approval of City.
5.4 Independent Contractor. Neither City nor any of its employees shall
have any control over the manner, mode, or means by which Consultant, its agents or
employees, perform the services required herein, except as otherwise set forth herein.
Consultant shall perform all services required herein as an independent contractor of
City and shall not be an employee of City and shall remain at all times as to City a
wholly independent contractor with only such obligations as are consistent with that role;
however, City shall have the right to review Consultant's work product, result, and
advice. Consultant shall not at any time or in any manner represent that it or any of its
agents or employees are agents or employees of City.
5.5 Personnel. Consultant agrees to assign the following individuals to
perform the services set forth herein. Consultant shall not alter the assignment of the
following personnel without the prior written approval of the Contract Officer. Acting
through the City Manager, the City shall have the unrestricted right to order the removal
of any personnel assigned by Consultant by providing written notice to Consultant.
Name: Title:
Michael Nieuwlandt Asbestos Consultant
6. INSURANCE
Consultant shall procure and maintain, at its sole cost and expense, policies of
insurance as set forth in Exhibit "B," which is attached hereto and is incorporated herein
by reference.
7. INDEMNIFICATION.
To the fullest extent permitted by law, Consultant shall defend (at Consultant's
sole cost and expense), indemnify, protect, and hold harmless City, its elected officials,
officers, employees, agents, and volunteers (individually "Indemnified Party"; collectively
the "Indemnified Parties"), from and against any and all liabilities, actions, suits, claims,
demands, losses, costs, judgments, arbitration awards, settlements, damages,
demands, orders, penalties, and expenses including legal costs and attorney fees
(collectively "Claims"), including but not limited to Claims arising from injuries to or death
of persons (Consultant's employees included), for damage to property, including
property owned by City, from any violation of any federal, state, or local law or
ordinance, and from errors and omissions committed by Consultant, its officers,
employees, representatives, and agents, which Claims arise out of or are related to the
negligence, recklessness, or willful misconduct of Consultant. Its agents, employees, or
subcontractors, or arise from Consultant's negligent, reckless or willful performance of
or failure to perform any term, provision, covenant, or condition of this Agreement
("Indemnified Claims"), but Consultant's liability for Indemnified Claims shall be reduced
to the extent such Claims arise from the negligence, recklessness, or willful misconduct
of the City, its elected officials, officers, employees, agents, and volunteers. Under no
circumstances shall the insurance requirements and limits set forth in this Agreement be
construed to limit Consultant's indemnification obligation or other liability hereunder.
8. RECORDS AND REPORTS
8.1 Reports. Consultant shall periodically prepare and submit to the Contract
Officer such reports concerning the performance of the services required by this
Agreement as the Contract Officer shall require.
8.2 Records. Consultant shall keep such books and records as shall be
necessary to properly perform the services required by this Agreement and enable the
Contract Officer to evaluate the performance of such services. The Contract Officer
shall have full and free access to such books and records at all reasonable times,
including the right to inspect, copy, audit, and make records and transcripts from such
records.
8.3 Ownership of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Consultant in the performance of this
Agreement shall be the property of City and shall be delivered to City upon request of
the Contract Officer or upon the termination of this Agreement, and Consultant shall
have no claim for further employment or additional compensation as a result of the
exercise by City of its full rights or ownership of the documents and materials
hereunder. Consultant may retain copies of such documents for its own use.
Consultant shall have an unrestricted right to use the concepts embodied therein.
8.4 Release of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Consultant in the performance of services
under this Agreement shall not be released publicly without the prior written approval of
the Contract Officer.
8.5 Cost Records. Consultant shall maintain all books, documents, papers,
employee time sheets, accounting records, and other evidence pertaining to costs
incurred while performing under this Agreement and shall make such materials
available at its offices at all reasonable times during the term of this Agreement and for
three (3) years from the date of final payment for inspection by City and copies thereof
shall be promptly furnished to City upon request.
9. ENFORCEMENT OF AGREEMENT
9.1 California Law. This Agreement shall be construed and interpreted both
as to validity and to performance of the parties in accordance with the laws of the State
of California. Legal actions concerning any dispute, claim, or matter arising out of or in
relation to this Agreement shall be instituted in the Superior Court of the County of
Riverside, State of California, or any other appropriate court in such county, and
Consultant covenants and agrees to submit to the personal jurisdiction of such court in
the event of such action.
9.2 Waiver. No delay or omission in the exercise of any right or remedy of a
non-defaulting party on any default shall impair such right or remedy or be construed as
a waiver. No consent or approval of City shall be deemed to waive or render
unnecessary City's consent to or approval of any subsequent act of Consultant. Any
waiver by either party of any default must be in writing and shall not be a waiver of any
other default concerning the same or any other provision of this Agreement.
9.3 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies
of the parties are cumulative and the exercise by either party of one or more of such
rights or remedies shall not preclude the exercise by it, at the same or different times, of
any other rights or remedies for the same default or any other default by the other party.
9.4 Legal Action. In addition to any other rights or remedies, either party
may take legal action, in law or in equity, to cure, correct, or remedy any default, to
recover damages for any default, to compel specific performance of this Agreement, to
obtain injunctive relief, a declaratory judgment, or any other remedy consistent with the
purposes of this Agreement.
9.5 Termination Prior to Expiration of Term. City reserves the right to
terminate this Agreement at any time, with or without cause, upon thirty (30) days
written notice to Consultant, except that where termination is due to the fault of
Consultant and constitutes an immediate danger to health, safety, and general welfare,
the period of notice shall be such shorter time as may be determined by the City. Upon
receipt of the notice of termination, Consultant shall immediately cease all services
hereunder except such as may be specifically approved by the Contract Officer.
Consultant shall be entitled to compensation for all services rendered prior to receipt of
the notice of termination and for any services authorized by the Contract Officer
thereafter. Consultant may terminate this Agreement, with or without cause, upon thirty
(30) days written notice to City.
10. CITY OFFICERS AND EMPLOYEES; NON-DISCRIMINATION
10.1 Non-Liability of City Officers and Employees. No officer or employee
of City shall be personally liable to the Consultant, or any successor-in-interest, in the
event of any default or breach by City or for any amount which may become due to the
Consultant or its successor, or for breach of any obligation of the terms of this
Agreement.
10.2 Covenant Against Discrimination. Consultant covenants that, by and
for itself, its heirs, executors, assigns, and all persons claiming under or through them,
that there shall be no discrimination or segregation in the performance of or in
connection with this Agreement regarding any person or group of persons on account of
race, color, creed, religion, sex, marital status, disability, sexual orientation, national
origin, or ancestry.
11. MISCELLANEOUS PROVISIONS
11.1 Notice. Any notice, demand, request, consent, approval, or
communication either party desires or is required to give to the other party or any other
person shall be in writing and either served personally or sent by pre-paid, first-class
mail to the address set forth below. Either party may change its address by notifying
the other party of the change of address in writing. Notice shall be deemed
communicated seventy-two (72) hours from the time of mailing if mailed as provided in
this Section.
To City: City of Palm Springs
Attention: City Manager & City Clerk
3200 E. Tahquitz Canyon Way
Palm Springs, California 92262
To Consultant: Infotox
9251 Orco Parkway, Suite J
Riverside, California 92509
11.2 Integrated Agreement. This Agreement contains all of the agreements of
the parties and cannot be amended or modified except by written agreement.
11.3 Amendment. This Agreement may be amended at any time by the
mutual consent of the parties by an instrument in writing.
11.4 Severability. In the event that any one or more of the phrases,
sentences, clauses, paragraphs, or sections contained in this Agreement shall be
declared invalid or unenforceable by valid judgment or decree of a court of competent
jurisdiction, such invalidity or unenforceability shall not affect any of the remaining
phrases, sentences, clauses, paragraphs, or sections of this Agreement, which shall be
interpreted to carry out the intent of the parties hereunder.
11.5 Authority. The persons executing this Agreement on behalf of the parties
hereto warrant that they are duly authorized to execute this Agreement on behalf of said
parties and that by so executing this Agreement the parties hereto are formally bound to
the provisions of this Agreement.
Ill
111
[SIGNATURE PAGE SEPARATELY ATTACHED]
IN WITNESS WHEREOF, the parties have executed this Agreement as of the
dates stated below.
"CITY„
City of Palm Springs
Date: By:
David H. Ready
City Manag%PROVED BY CITY MANAGER
APPROVED AS TO FORM: ATTEST
By: By:
"Douglas C. H hand, f mes Thompson, / I
City Attorney City Clerk C
"CONSULTANT"
Consultant
Date: -,20/,5 By ; 1Z?ALtf14-C.L
(name)
�7
(presrden
Date: -37Lt ?►9 v -� C—,i_ to
(name)
(sec tary)
41
it0t To Exeeed
VVithou; 7,- Fxpress Written
Authoili o :l, o. Of The City
Manabei
EXHIBIT "A"
CONSULTANT'S
SCOPE OF SERVICESMORK
Scope of Services: Please see attached Proposal Dated
2/26/2013.
Compensation: Not to exceed $10,405, see Proposal dated
2/26/2013 for breakdown of fees for services.
Timeline: Consultant shall complete the preparation of bid
specifications within two weeks of Notice to Proceed. Actual
Over-site/Management services shall occur coordinated with the
selected Abatement Contractor.
_ Asbestos Managenicnt Services,Inspections,
Assessments,Speciticatlons,Air Monitoring,
A Cdifornia Corporation Sampling,Analysis,Awareness Training
February 26. 2013
Mr. Allen Smoot. Procurement Dept.
City of Patin Springs
3200 East Taquitz Canyon Way
Palnt Springs, CA 92262
Phone: 760-318-3802
G-Mail: Allen.Sinoot((�,palmsprings-ca.gov
Subject: Commercial Structure Environmental Management Services
Wclwood Murray Memorial Library
lnfOlOx. Inc. Project Il- 13P007
Dear Mr. Smoot:
1rtl'otox_ Inc. will provide asbestos and lead abatement project management services, tunal visual
inspection, and report preparation liir the planned removal of asbestos and lead containing materials
from the Wehvood Memorial Librar% Building. 100 South Palm Canyon Drive, Pahn Springs. CA.
The project oversight will include project planning, contractor document review, regulatory compliance.
representativearea air sample collection and analvsis. supplemental bulk sample collection, final visual
inspections, clearance sample collection and amilYsis. meeting attendance, and report preparation.
All area and clearance air samples forairborne asbestos will he analyzed by Phase Contrast Microscopy
(PCN4) analysis utilizing the NIOSI 17400 Method. Flame Atomic Absorption Spectrometry will be used
to quantifi lead in paint, soil and dust samples using EPA Method 3050A.
The ahove-described services will be provided Ibr the following tees:
Wehvood Memorial I ibran,
Asbestos \4ana ernent
Project Specification Preparation: S 750.00
Project Oversight: $ 3,600,00
(50 Hours (�?i, $72.00/liour)
Bulk Sample .Analysis: S 125.00
(5 Samples rii $25.00 ea irneedc(I (rush analysis))
Project Compliance Air Samples (3-5 Day l'u I'll-it round): $ 600.00
(30 Samples !iv $20.00 Bach)
Project Clearance Air Sample Analysis (On-site. Same Day): S 300.00
(15 SO'llples ,ei. $20.00 Fach)
Iotal (Asbestos); $ 5,375.00
9251 f)rco Parkmi.y.Suite J • Rivcrsid 'J'1't-t to 92509.0906 • 951 685-5053/ ate (t'9 277-35�l3
in7apts!r/sbrl;lob:d.ttet 1�(0'0�(��Am
California Certit-ted Asbestos Constdtants
Lead Management
Project Specification Preparation: $ 750.00
Project Oversight: $2,880.00
(40 Hours @$72.80/Hour
Project Compliance Air, Soil, Wipe Sample Analysis: $ 700.00
(35 Samples @ $20.00 ea(3-5 Day Turn-around)
Project Clearance Wipe Samples: $ 700.00
(20 Samples @$35.00 Each, 24 hr. tum-around)
Total (Lead): $ 5,030.00
Summary of Fees
Asbestos Management Services: S 5,375.00
Lead Management Services: S 5,030.00
Total Estimate: $10,405.00
The above costs are based upon a projected schedule which has been based upon the quantity of work
scheduled to be performed and past experience on similar projects. Infotox, Inc has no control over
contractor scheduling or project staffing. Abatement contractor scheduling and manning will
affect the number of hours expended and samples collected. As such, the actual hours worked and
samples collected will be invoiced at tile above quoted rates. Other factors affecting oversight costs
are the planned remodel methods,such as removal of components vs. stripping of paint etc.
Payment terms for the above project shall be net 30 days from delivery of report/s.
Sincerely,
Infotox,Inc. by
Michael A. Nieuwlandt
as President
Certified Asbestos Consultant
No. 92-0271
Page 2 of 2 10007QI.doc
Scope of Work
Welwood Murray Memorial Library
pAeloustiePlas
al Descri on Material Locations Comments
Plaster Areas 1 3 7 11 Remove ceiling plaster complete.
ter) A roximate! 3,250 Sft.
Plaster Area 6aster Areas 4 and 6rnace Area 11 Approx. 30 sft. of asbestos paper
Insulation 1 on floor furnace.
Duct Insulation Areas 7& 10 Risers, Approx. 400 sft. Contractor
and Areas 13 & 14 Wall responsible for demolition
Penetrations. necessa to access ducting.
Pipe Insulation Area 14 HVAC Unit Black Condensate Tape. Approx, 5
sft.
7!7:
Area 12 South, Upper Approx. 2 ea. 36"x48", 4 ea.
South and East 18N48"and 17 ea. 12"x18"
Windows wRvtetal Frames. Remove loose
material onl .
-20
Ama 5
.12
.Lea It
-10
M.07 -it
Area 3
Nara 111
:6—-37' Fns
•-05 .09 1 ..so 1)1. -14
.19
40' 7 At..12
6
'0'
1 ..0 -16
-08
20-21 Ar"7 �31
A�NgaGr
-30
oi
C?
Areas 46. 1.7.
-3a' .03
Wv"od Murray Memorial Library
100 S i'alm Ctiipn rr,o Pa'.Stt,,ngs,CA
/➢0Llwpiolu M/Ppmdrp0b
Nw 14 Satz 111P�1'
m a 1v
Mo 13 -m•seimbCALa191LANUM
-te
as
Ala Is
.n
W4WWu MuM Mw=W UUM
100&Palm C4wjm104M.P w SPVNM CA
AAA LEAD Consultants and Inspections, Inc.
Consulting - Inspections - Risk Assessment - Project Monitoring
STATE CERTIFIED/ INSURED
cAo
A1N
SPECIFICATIONS FOR THE REMOVAL OF LEAD
BASED PAINT AND OTHER
SURFACES WHICH CONTAIN LEAD
AT
WELWOOD LIBRARY
100 SOUTH PALM CANYON DRIVE
PALM SPRINGS, CA 92262
FOR
CITY OF PALM SPRINGS
3200 EAST TAHQUITZ CANYON WAY
PALM SPRINGS, CA 92262
Michael P. Cohn November 23, 2011
DHS #D-437
1307 West Sixth Street#134,Corona,Ca.92882 Ph 951-582-9071 Fax 951-582-9073
e-mail aaaleadAsboalobal.nel http://aaalead.net
TABLE OF CONTENTS
SECTION A INTRODUCTION 4
SECTION B SCOPE OF WORK 4-7
SECTION C GENERAL REQUIREMENTS 7-10
WORKER
CONTRACTOR
EXPERIENCE
CITATIONS
INSURANCE
SECTION D RECORDS 10
SECTION E WORK AREA PREPARATION 10-12
1. DECONTAMINATION UNITS
2. LEAD ISOLATION CONTROL
PROCEDURES
SECTION F METHODS OF ABATEMENT 12
SECTION G PERSONAL PROTECTION 12-13
SECTION H WORKER SAFETY 13-14
1. LADDERS
2. SCAFFOLDING
3. PERSONAL PROTECTIVE EQUIPMENT
4. TRAINING, FIT TEST AND MEDICAL
SURVEILLANCE
SECTION I CONTROL OF ACCESS 14-15
SECTION J CLEAN UP OF WORK AREA 15-16
SECTION K FINAL CLEANUP 16
SECTION L WASTE DISPOSAL 16-17
SECTIION M TESTING 17
SECTION N PEL MONITORING 17-18
AAA Lead Consultants and Inspections,Inc. www.aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (95I)582-9073
(Table of Contents Continued)
SECTION O SUBMITTALS 18
SECTION P SITE SPECIFIC LOCATIONS 18
SITE MAP MAIN LIBARAY AND BASEMENT 20
AAA Lead Consultants and Inspections,Inc. www.aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
SPECIFICATIONS FOR REMOVAL OR STABILIZATON OF COMPONENTS
CONTAINING LEAD OR LEAD BASED PAINT AT THE WELWOOD LIBRARY IN
THE CITY OF PALM SPRINGS CALIFORNIA
A. INTRODUCTION:
These specifications have been designed in favor of City of Palm Springs
for the removal or management of all painted surfaces containing lead
based paint that will be impacted during the renovation of the Welwood
Library Building in the City of Palm Springs, Ca. These specifications shall
apply to all areas constructed before January 1, 1993. According to Title
17, Code of Regulations, Division 1, Chapter 8, g35043, all painted
surfaces that have not been tested by a State Certified Lead Inspector /
Assessor are presumed lead-based paint.
B. SCOPE OF WORK:
1. The preparation of work under this contract covers materials that contain
lead paint, including door components, window components, panels and
structural supports.
2. All structural steel containing lead based paint that will be welded must be
stripped of all paint a minimum of six inches in all directions of the
attachment area.
3. If upon review of the plans and/or specifications the bidder finds
discrepancies in the plans and/or specifications or should he be in doubt
as to the meaning or intent of any part thereof, he shall request
clarification from the City of Palm Springs Representative. Discrepancies
with regard to conflicts between the Contract Documents and applicable
Federal, State or Local regulations or requirements shall be included
therein.
4. The Contractor shall provide all labor, materials, equipment, services,
testing, supervision and incidentals necessary to perform work of lead
paint abatement and site preparation under this contract in accordance
with the following specifications. After preparation, the areas disturbed
shall be cleaned and tested in accordance with the procedures outlined
below.
5. All surfaces that are only prepped and not abated during site preparation
shall be primed or encapsulated using a City of Palm Springs approved
primer or encapsulant for each type of surface or substrate that has been
disturbed (wood, metal, stucco etc.). All components that tested
positive for the presence of lead above the HUD action level and any
AAA Lead Consultants and Inspections,Inc. www. aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582.9073
similar untested components should be considered lead-laden. Any
maintenance or repair activities on these components should be
performed in an abatement/containment environment as required by
Cal/OSHA Construction and Safety Orders, Lead Section 1532.1.
If any amount of lead is detected on a component that will be disturbed
(trigger task), the contractor must perform exposure monitoring and
interim protection for his workers according to Title 8 Construction and
Safety Orders, to determine the workers skill and/or certification required
to perform the task required for this project.
6. Contractor is responsible to provide and install plywood on any opening
that cannot be secured with new product immediately after the removal of
any existing door, window or panel component.
7. The Contractor acknowledges that he has investigated and satisfied
himself as to (a) the conditions affecting the work, including but not limited
to the physical conditions of the site which may bear upon site access,
handling and storage of tools and materials, access to water, electric, or
other utilities or otherwise affect performance of required activities: (b) the
character and quantity of all surface and subsurface materials or obstacles
to be encountered insofar as this information is reasonably as
ascertainable from an inspection of the site, including representative as
well as the information presented in drawings and specifications included
with this contract. Any failure by the Contractor to acquaint himself with
available information will not relieve him from the cost of successfully
performing the work. City of Palm Springs or their designated
representatives are not responsible for any conclusions or interpretations
made by the Contractor on the basis of the information made available by
City of Palm Springs or its designated representative.
8. Lead Containing Components
The following list of building components has been identified to contain
lead based paint above the HUD guidelines. Work performed on these
surfaces must be performed by Department of Health Services Lead
Certified Workers. See paragraph 4 above. Preparation of lead containing
components shall be performed following the "Methods of Lead
Abatement' found in Section F of this specification. Exterior and interior
component striping shall be performed on the following list of components
as per the renovation plans.
AAA Lead Consultants and Inspections,Inc. www.aaalead.net Phone(951)582.9071
1307 West Sixth St 4134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
Exterior:
A) Doors and door casings: Remove all loose and flaking paint from the door and
door casings on the "C" left side of the building. Wet sand to a feathered
edge, prime and repaint.
B) Window Sashes: Remove all loose and flaking paint from the window sashes
on the "A" and "B" left side of the building. Wet sand to a feathered edge,
prime and repaint.
C) Windows: Stabilize and remove the lower windows on the "C" and "D" side of
the building.
Interior:
Room 3
A) Closet door and jamb: Remove all loose and flaking paint from the door and
door jambs on both closets at main entry. Wet sand to a feathered edge,
prime and repaint.
B) Ceiling Trim (Molding): Stabilize and remove the ceiling trim.
C) Window Sash: Remove all loose and flaking paint from the window sashes
along the "C" left side of the room. Wet sand to a feathered edge, prime and
repaint.
Room 1
A) Ceiling Trim (Molding): Stabilize and remove the ceiling trim.
B) Window Sash: Remove all loose and flaking paint from the window sashes
along the "D" left side of the room. Wet sand to a feathered edge, prime and
repaint.
Room 4
A) Door casing and jamb: Remove all loose and flaking paint from the door
casing and door jamb in the east restroom. Wet sand to a feathered edge,
prime and repaint.
Room 5
A) Door and jamb: Remove all loose and flaking paint from the door and door
jamb on the "A" side of the room. Wet sand to a feathered edge, prime and
repaint.
B) Window Sash: Remove all loose and flaking paint from the window sash on
the "C" side of the room. Wet sand to a feathered edge, prime and repaint.
Room 6
A) Handrail and Stair Rail: Remove all loose and flaking paint from the hand and
stair rails. Wet sand to a feathered edge, prime and repaint.
Bath 2
A) Wall: Remove all loose and flaking paint from the "A" wall. Wet sand to a
feathered edge, prime and repaint.
AAA Lead Consultants and Inspections,Inc. www.malead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
B) Door and jamb: Stabilize and remove the door and door jamb.
Room 8
A) Door, Door Casing, Door Jamb: Remove all loose and flaking paint from the
door, door casing and doorjamb on the "C" side of the room. Wet sand to a
feathered edge, prime and repaint.
Room 9
A) Ceiling Trim (Molding): Stabilize and remove the ceiling trim.
B) Window Sash: Remove all loose and flaking paint from the window sashes
along the "C" left side of the room. Wet sand to a feathered edge, prime and
repaint.
Room 11
A) Door: Remove all loose and flaking paint from the door on the "D" side of the
room. Wet sand to a feathered edge, prime and repaint.
C. GENERAL REQUIREMENTS:
1. All workers who perform the demolition/renovation work for lead paint
abatement and 1 or site preparation (including clean up) described herein shall
be State Certified Workers with current State issued "certificates" and have
prior training in lead abatement as required by Title 17, CCR, Division 1
Chapter 8, §35009 & §35001 as well as other required training including safe
and proper use of equipment.
2. The Contactor shall work as an independent contractor and not an employee
of City of Palm Springs and will indemnify, defend and hold City of Palm
Springs harmless from all claims and demands, losses and damages,
liabilities, costs and expenses, including attorneys fees, arising out of any act
or omission of the Contractor and/or its agents, employees and Sub-
Contractors in connection with this project. The prevailing party in any action
brought to enforce any terms of the agreement shall be entitled to recover its
costs, expenses and reasonable attorney's fees from the other party.
a. Where conflict arises between the Federal, State and Local regulations
and the specifications, the most stringent requirement shall apply.
3. Contractor is to be licensed by the Contractor's State License Board,
Department of Consumer Affairs in accordance with provisions of Chapter 9
of Division 3 of the Business and Professions Code.
4. Contractor is to have a State Certified Lead Supervisor with a current State
issued "certificate" referenced above by Title 17 CCR, as part of his staff
during the lead paint abatement and site preparation. The State Certified
AAA Lead Consultants and Inspections,Inc. www. aWead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
Lead Supervisor will be designated the 'competent person". A "competent
person" is a DHS "certified supervisor" who is capable of identifying existing
and predictable lead hazards in the surroundings or working conditions who
has authorization to take prompt corrective measures to eliminate them.
5. As part of the bid proposal the Bidder shall submit documentation of
successful completion of lead paint remediation/abatement work with at
least three jobs of similar work content to include:
a. Agency for which the work was done
b. Type of work
c. Name of agency representative responsible for performance
inspections.
d. Results of any air and clearance sampling, including laboratory
documentation
e. Results of any inspections by other agencies (e.g. EPA, DHS, DOSH).
6. Bidders shall submit a statement, signed by an officer of the company and
notarized, containing the following information:
a. A record of any citations and results of citations issued by Federal,
State or Local regulatory agencies relating to lead paint abatement
activity. Include projects, dates and resolutions.
b. A list of penalties incurred through non-compliance with lead paint
abatement project specifications including liquidated damages,
overruns in scheduled time limitations and resolutions.
c. Situations in which a lead paint abatement related contract has been
terminated including projects, dates and reasons for termination.
d. A listing of any lead paint abatement related legal proceedings/claims
in which the Contractor (or employees scheduled to participate in this
project) has participated or is currently involved in. Include descriptions
of role, issue and resolution to date.
7. Contractor shall provide a firm project schedule reflecting sequence of
operations for approval by the City of Palm Springs Representative. The
Contractor is to co-ordinate with the City of Palm Springs Project Manger to
prepare the project schedule. Before starting construction operations,
Contractor shall confer with a City of Palm Springs Representative to arrange
the sequence of construction operations.
a. Contractor shall not deviate from the projects schedule without 24 hour
notice and approval from the City of Palm Springs Representative.
8. Contractor shall make provisions to supply his own storage bin, disposal bin
for waste material, hot water and trailer facilities for workers and supervisors.
9. Contractor is advised to provide his own security personnel to protect his
equipment and personnel during the project duration including off-hour
AAA Lead Consultants and Inspections,Inc. www.aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead(a�,sbcglobal.net Fax (951)582-9073
weekends and holidays. City of Palm Springs shall not be held responsible for
any damages as a result of theft or vandalism of Contractor's material and
equipment or harm to his personnel. Contractor shall coordinate security
arrangement with the City of Palm Springs personnel.
10. Prior to commencement of lead abatement activities, the contractor is to
provide AAA Lead Consultants and Inspections, Inc. with copies of current
lead in blood, medical release to use respirator, respirator fit test and proof of
DHS certification for each worker.
11. AAA LEAD Consultants and Inspections, Inc. will perform Project Monitoring
and final clearance testing for this project as requested by City of Palm
Springs.
12. Contractor must provide proof of delivery of DHS form 8551 to DHS
(Department of Health Services) five days prior to commencement of
abatement activities as required by Title 17, CCR, Div 1, Chapt. 8.
13. Contractor must provide proof of delivery of Cal/OSHA notification of lead
related work as required as of January 25, 2002 in Title 8, Construction
Safety Orders, Chapter 4, Subchapter 4, Article 4, Section 1532.1.
14, Contractor must notify the "District" and AAA Lead Consultants and
Inspections, Inc. of the intent to perform lead abatement activities a
minimum of 48 hours prior to the commencement of work. Lead related
activities may not commence without written authorization of the building
owner/ owner representative.
15. In the event the contractor's work force is not present for work on any
scheduled work day, the contractor will be required to pay City of Palm
Springs the sum of$500 for project monitoring costs associated with each
such missed working day unless they notify City of Palm Springs at least 48
hours in advance for each scheduled work day they expect no work force to
be present.
16. Insurance listing City of Palm Springs as additionally insured shall be
maintained throughout the duration of the policy. The insurance will cover
lead paint removal operations with the following minimum requirements.
a. Workers Compensation — Statutory
b. General Liability — Class "A" True Occurrence Lead Paint
Abatement Liability without a sunset clause - $1,000,000.00
i. Premises — operations
ii. Completed - operations
iii. Contractual — broad form property damage,
independent contractors, personal injury
AAA Lead Consultants and Inspections,Inc. www.aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
iv. Bodily Injury - $1,000,000.00 per occurrence —
aggregate $1,000,000.00
v. Property Damage - $1,000,000.00 per occurrence—
aggregate $1,000,000.00
c. Auto Insurance
i. Bodily Injury - $1,000,000.00 per person
ii. Accident- $1,000,000.00 per accident
Property Damage - $1,000,000.00 per accident Liability Coverage must be
written by an insurance company that meets the following requirements:
All funds, holdings must be held in any of the fifty states that constitute
the United States of America. The insurance company must be a current
member of the California Insurance Guarantee Association (CIGA).
D. RECORDS:
1. The contractor is to complete and return all submittals of the contract within
seven working days of the contract award.
2. The contractor shall provide a copy of his current California Department of
Health Services "Supervisor Certificate" or California Department of Health
Services photo identification card prior to commencement of work.
3. The contractor or "supervisor" shall provide before the commencement of any
work, copies of all "certified workers" current documentation including,
"worker certificate", lead in blood test results within last six months, Dr.'s
statement for each workers ability to wear NIOSH approved respirator and a
respirator fit test.
4. The contractor shall provide the location and description of all presumed lead
based paint locations and substances that are abated through removal, paint
film stabilization or encapsulation.
5. The contractor shall provide starting and completion dates of the prep and/or
abatement work.
6. The contractor shall submit a detail summary of the techniques used to
comply with these regulations.
7. The contractor shall mark on as-built drawings a note in bold letters that all
surfaces with lead paint have been encapsulated, stabilized or removed
under this contract, describing such locations and method used.
8. The contractor shall submit to City of Palm Springs copies of all records that
the abatement and site preparation has been performed in compliance with
the lead paint abatement procedures.
AAA Lead Consultants and Inspections, Inc. www.aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
E. WORK AREA PREPARATION:
1. Decontamination Units:
One decontamination unit will be required at each lead control area.
a) Cover the floor where the decontamination unit will be placed with
2-layers of 6-mil polyethylene (poly) prior to setting up of unit.
b) Provide single entry and exit to each work area.
c) Provide a 3-stage decontamination unit consisting of a clean room,
equipment/dirty room and shower or wash station. This area must
be constructed of 6-mil "poly' sheeting and PVC piping at a
minimum.
d) Each of the 3 stages shall be separated from each other and the
abatement area by a 6-mill plastic door with vents that allow for the
flow of air through the clean room and shower room.
e) The equipment !dirty room must be of sufficient size for storage of
all equipment, disposal facilities for contaminated clothing and allow
removal of such clothing by employees.
f) Shower or wash station facilities must be water tight and have
ample hot & cold water supply adjustable at the tap, a drain for
waste water with a filter capable of removing particles greater than
5 microns. Prefabricated shower facilities are acceptable.
g) The clean room must be of adequate size to allow employees to
don abatement gear. Storage facilities for street clothing and
respirators must be provided. Towels will be made available by
contractor in this area to use after showering.
2. Lead Control Area Isolation Procedures:
a) Post signs and barrier tape in compliance with Cal/OSHA, Title 8, CCR
Section 1532.1. Barrier tape shall be at a minimum of 25 feet around
all lead abatement areas. Contractor shall insure that the signs
required are at least 20" by 14" and states the date and place of the
lead abatement project. The sign must include the phrase "CAUTION
LEAD HAZARD. KEEP OUT' in bold lettering at least 2 inches high.
Signs to be in English and Spanish.
AAA Lead Consultants and Inspections,Inc. www. aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
b) Install suitable ground protection to prevent rupturing of plastic
sheeting by ladders, scaffolding, nails, falling debris, etc. Install a
minimum of two layers of 6-mil poly sheeting to base of building with
duct tape or other anchoring system so that no gaps exist between the
base of the building and the plastic sheeting. Poly sheeting is to extend
a minimum of 10 feet from the farthest exterior portion of the area or
building being disturbed. Seal overlapping sections of plastic with duct
tape to provide a leak proof surface. Weight the ends of plastic
sheeting to prevent blowing from the wind and breezes. All edges of
the plastic sheeting shall be elevated to create a trough and prevent
runoff of excess water and debris. Cover all plants and shrubs within
15 feet of the perimeter of the building with one layer plastic sheeting.
c) In the event of rain, all work on the exterior of any structure shall be
suspended or shall not begin until such time that weather conditions
change more favorably.
d) In the event of strong winds that create a condition whereby
containment of airborne lead dust and or debris become infeasible,
work shall be suspended or shall not begin on the exterior of the
structure until notified by project monitor.
e) The decision to suspend work due to wind or rain will be made by the
project monitor or a City of Palm Springs representative.
F. METHODS OF ABATEMENT:
1) Surface preparation: The following preparation methods shall be
performed in accordance with the contract specification section applicable
to the type of work.
a. Removal of paint may be accomplished by sanding with HEPA
equipped sander, chemical stripping or wet scraping/sanding using a
Hudson type sprayer or equivalent. Work is to be performed by trained
and certified workers.
G. PERSONAL PROTECTION:
1) The contractor shall insure that its employees are protected in accordance
with all applicable Federal, State and Local standards, in particular, those
set forth in the OSHA regulations governing occupational health and
environmental controls in Subpart D of Title 29 CFR (Code of Federal
Regulations) Section 1926.62 containing employee protection
requirements for construction workers exposed to lead, 29 CFR
AAA Lead Consultants and Inspections,Inc. www.aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
19.10.1025 Lead Standard for General Industry, 29 CFR 1910.134
Respiratory Protection and 29 CFR 1910.1200 Hazard Communication.
2. All lead paint abatement workers shall have received lead paint medical
screening and will have been physician certified to work while wearing a
respirator along with all other regulations as required by CCR, (California
Code of Regulations) Title 8, Section 1532.1 Lead Standard for
Construction Industry, CCR Title 8, Section 5216 Lead Standard for
Genera Industry and CCR Title 8, Section 3203 Injury and Illness
Prevention Program.
3. All persons when, present at the work site, shall wear disposable
protective suits with attached hoods and shoe coverings designed for lead
abatement. All personnel entering the lead control area shall wear rubber
or latex gloves beneath their work gloves. Gloves are to be taped to the
suit sleeves with duct tape.
4. Contractor shall provide gloves, eye protection, disposable protective suits
and other recommended safety equipment for use by all workers.
5. All persons entering the work area are to wear a minimum of a half faced
air-purifying respirator equipped with HEPA cartridges for protection from
airborne lead particles.
6. Personal sampling is to be done using an air sampling pump to determine
overall exposure in each work area and to monitor PEL (permissible
exposure limits) for workers.
7. A separate decontamination area as noted in SECTION§1, is to be located
adjacent to the work area. All personnel will complete decontamination
upon exit of the work areas in the decontamination area. Decontamination
area shall contain a minimum of a HEPA vacuum, wash station (soapy
water and rinse water or pre-moistened towellets) and dressing area. All
disposable clothing, wash supplies and discarded equipment is to be
placed directly into 6 mil plastic bags and then stored in locked 55 gallon
metal drums as per specifications under Clean Up of Work Area.
H. WORKER SAFETY:
1. Ladders:
a) Refrain from using ladders with broken, missing or defective parts.
b) Ladder feet must be on substantial base.
c) Top and bottom of ladder must be kept clear.
d) No job made ladders.
AAA Lead Consultants and Inspections,Inc. www.a lead.net Phone(951)582.9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
e) No metal ladders shall be used on project.
f) Ladders shall not be used in a horizontal position.
g) Always face ladder.
h) Do not step higher than third rung on straight ladder and second
step on stepladder.
1) Always inspect ladder before use.
j) Do not attempt to move ladder while in use. Worker must fully
egress ladder before moving ladder to a different location.
2. Scaffolding:
a) All scaffolding shall utilize guardrails, mid rails and toe boards.
b) No persons shall be permitted to remain on scaffold while it is being
moved or rolled.
c) Lock scaffold wheels when location is achieved.
d) Scaffold height shall not exceed four times the base dimension.
e) Use scaffold grade lumber for planking.
f) Use scaffold capable of supporting at least four times the intended
load.
g) Climbing of any scaffold braces or supports not specifically
designed for access is prohibited.
3. Personal Protective Equipment:
a) Follow guidelines as stated above in Section G, paragraphs 1
through 7.
4. Training, Fit Testing and Medical Surveillance:
a) Current Medical Surveillance Records for all employees required to
enter the contaminated area. All workers on this project must have
baseline and post abatement blood lead level and zinc
protoporphyrin (zzp) measurements made before and after the
work of the contract begins and ends respectively.
5. Housekeeping:
a) Throughout the abatement process the work areas will be kept free
from a build up of removed components or paint chip debris. On an
ongoing basis, all components shall be wrapped or placed in two
layers of 6-mil plastic sheeting or bags. Loose paint chip dust and
debris shall be collected with HEPA vacuums and / or wet wiping and
placed in six mil plastic bags and sealed with duct tape.
AAA Lead Consultants and Inspections,Inc. www.nalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
I. CONTROL OF ACCESS:
1. Each work area to be secured with barrier warning tape at least 25 feet
from the work location and posted as a lead abatement project and
potential hazard site.
2. A person may not enter the work area unless that person is authorized to
do so by the "competent person" or project monitor.
3. Contractor to post caution signs and barrier tape in each work area
containing lead based paint before removing or encapsulating lead paint.
4. Contractor shall keep the signs posted and barrier tape intact during
abatement and clean up as described in this specification.
5. Contractor shall insure that the signs required are at least 20" by 14" and
states the date and place of the lead abatement project. The sign must
include the phrase "CAUTION LEAD HAZARD, KEEP OUT' in bold
lettering at least 2 inches high along with DO NOT ENTER WORK AREA,
AUTHORIZED PERSONNEL ONLY, NO EATING, DRINKING, OR
SMOKING IN THIS AREA in at least 1 inch high lettering. The signs are to
be in English and Spanish.
J. CLEAN UP OF WORK AREA:
1. Preliminary clean up shall be performed by certified-trained workers as
follows:
a. After the abatement / preparation work has been completed, or at
the end of the work day, remove all debris and provide the interim
clean-up as described below:
b. Deposit all lead waste, including sealing tape, plastic sheeting, mop
heads, sponges, filters and disposable clothing etc. in double
plastic bags, of at least 6 mils thick. Bags are then to be deposited
and stored in locked 55 gallon metal drums labeled "DANGER
LEAD HAZARD" and secured on site.
C. Vacuum clean all surfaces in the work area including woodwork,
metal work, walls, windows, window wells, polyethylene, steps etc.
with a HEPA vacuum.
d. After vacuum cleaning, using phosphate free or detergent wash all
polyethylene coverings that are to be reused in the work area with
AAA Lead Consultants and Inspections,Inc. www.aaalead.net Phone(951)582-9071
1307 West Sixth St 4134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
at least 1-ounce of 5 percent phosphate free solution (or similar
lead removal product) to each gallon of water.
e. After polyethylene washing has dried, vacuum clean polyethylene,
with a HEPA vacuum until no visible residue remains.
f. Final clean up to be performed prior to wipe testing when
abatement ! preparation work is finished.
K. FINAL CLEANUP:
1. Procedures:
a) After removal of all plastic sheeting, except critical barriers, final
cleaning can proceed. Begin with a thorough HEPA vacuuming of
all surfaces starting at the ceilings, proceeding down the walls to
the floor. The floors shall be vacuumed by starting from the farthest
corners of the entrance of the work areas. HEPA vacuuming is to
be performed as described in the previous section before and after
detergent wash as shown below.
b) Wet wipe and mop the same surfaces with a 5% solution of
Phosphate free Lead cleansing detergent and allow the surfaces to
dry.
c) Thoroughly HEPA vacuum and wet wipe tools and other equipment
before removing from work area. Any power tools that cannot be
completely de-contaminated shall be placed in pre-labeled plastic
bags and sealed with duct tape before removing from work area.
d) Hand tools such as, scrappers, broad knives, etc., shall be cleaned
by wet wiping prior to removal from the work area.
e) All personnel will follow strict decontamination procedures,
including use of soap and shower facilities to wash hands, face and
body as well as respirators before exiting shower.
L. WASTE DISPOSAL
1 The contractor shall be responsible for determining whether any of the
waste materials are hazardous waste. This includes not only solid waste,
but also wastewater generated from interim and final clean up. All test
results are to be submitted to AAA Lead Consultants and Inspections, Inc.
AAA Lead Consultants and Inspections,Inc. www.aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbcglobal.net Fax (951)582-9073
or a representative of the City of Palm Springs prior to the disposal of lead
containing debris.
2 The contractor shall remove, within 10 days, all lead waste materials from
the site after final completion of lead abatement and preparation in
compliance with applicable waste requirements.
3. The contractor shall transport and dispose of lead waste in a legal manner
as described in 22CCR, chapter 12 (beginning with section 66262.10).
4 All lead containing components removed for disposal shall be burrito
wrapped in six mil plastic or double bagged in six-mil plastic bags and
sealed with duct tape prior to being placed in roll off container
M. TESTING:
1. Prior to commencement of site abatement and preparation Project Monitor
will take baseline samples to establish existing lead dust levels.
2. At time of final clearance, the Project Monitor shall conduct wipe tests at
and around abatement and preparation work areas.
3. The Project Monitor shall submit the test results to City of Palm Springs
and the Contractor indicating that lead dust levels are at or below baseline
levels.
4. If wipe test exceeds baseline levels, contractor is to reclean areas using
the above criteria and new wipe tests shall be taken until at which time the
test do pass. Cost associated with retesting will be billed to the school
district and deducted from abatement contractor at $125 per return visit
and $25 per sample retaken.
N. PEL MONITORING:
1. Personal air monitoring shall be performed at one or more sites to
determine the PEL and worker qualifications for performing similar tasks at
each location.
2. Employees involved in personal exposure monitoring to determine worker
protection and certification requirements will be required to have:
A) Recent medical release to wear a respirator.
B) Biological Testing (blood draw within last 6 months)
C) Recent respirator fittest.
AAA Lead Consultants and Inspections, Inc. www.aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona, Ca 92882 e-mail malead@sbcglobal.net Fax (951)582-9073
D) Dress out in protective clothing including gloves, shoe covers,
eye protection, head cover and hepa equipped respirator as
outlined in Section G.
E) Lead awareness training provided by the general contactor (min
8 hours)
3. Worker is to wear a personal air-monitoring pump equipped with a 37mm
cassette for testing lead content in air. The air flow rate is to be set
between 2 and 4 liters of air per minute and be worn for eight hours while
performing abatement/ remediation tasks.
4. Air sample(s) to be collected by Project Monitor and sent to state
accredited laboratory for analysis.
0. SUBMITTALS:
1. The Contractor shall inform AAA Lead Consultants and Inspections or a
representative of the City of Palm Springs of where all waste materials are
disposed of by State Certified hauler and provide AAA Lead Consultants
and Inspections with the EPA number and a copy of the transportation
manifest.
2. Certificates of training, for all abatement and clean-up personnel who will
be performing the work under this contract, must be submitted to AAA
Lead Consultants and Inspections, Inc., two days prior to
commencement of abatement activities.
3. Contractor to provide proof of lead paint medical screening for lead in
blood on all workers prior to commencement of abatement activities and
again within 7 days of completion of all abatement projects.
4. Contractor to provide medical release for use of respirator for all workers
prior to commencement of abatement activities.
5. Contractor to provide respirator fit test documentation prior to
commencement of abatement activities.
6. It is the responsibility of the Abatement Contractor to notify AAA Lead
Consultants and Inspections Inc by fax a notice of intent to perform
abatement a minimum of 48 hours prior to the commencement of any lead
related work. Any work performed without the knowledge or proper
notification to the environmental consultants shall be considered a
violation of these specifications and the abatement contractor will
not be entitled to compensation for those days worked.
AAA Lead Consultants and Inspections,Inc_ www.aaalead.net Phone(951)582-9071
1307 West Sixth St 4134,Corona,Ca 92982 e-mail aaalead@sbcglobal.net Fax (951)582-9073
7. Final payment to abatement contractor shall be held until all submittals
have been made to AAA Lead Consultants and Inspections or City of
Palm Springs
P. SITE SPECIFIC LEAD LOCATIONS:
Not every component on each building was tested, therefore any similar
component to those identified as lead containing are to be assumed to also
contain lead based paint unless otherwise noted. All lead laden
components must be worked on in an abatement/ containment
environment.
AAA Lead Consultants and Inspections,Inc. www.aaalead.net Phone(951)582-9071
1307 West Sixth St#134,Corona,Ca 92882 e-mail aaalead@sbeglobal.net Fax (951)582-9073
Side C
7�
t
2
I' 4 Bath 1
10 Bath 2
Side B Side D
6
ft
f
1
A
J
I
R
i
9
Side H
Welwood Library 100 South Patin Canyon Drive
Palm Springs, Ca 92262
EXHIBIT "B"
INSURANCE PROVISIONS
Including
Verification of Coverage,
Sufficiency of Insurers,
Errors and Omissions Coverage,
Minimum Scope of Insurance,
Deductibles and Self-Insured Retentions, and
Severability of Interests (Separation of Insureds)
Insurance
Consultant shall procure and maintain, at its sole cost and expense, and submit
concurrently with its execution of this Agreement, in a form and content satisfactory to
the City, public liability and property damage insurance against all claims for injuries
against persons or damages to property resulting from Consultant's performance under
this Agreement. Consultant shall also carry workers' compensation insurance in
accordance with California workers' compensation laws. Such insurance shall be kept
in full force and effect during the term of this Agreement, including any extension
thereof, and shall not be cancelable without thirty (30) days advance written notice to
City of any proposed cancellation. Certificates of insurance evidencing the foregoing
and designating the City, its elected officials, officers, employees, agents, and
volunteers as additional named insureds by original endorsement shall be delivered to
and approved by City prior to commencement of services. The procuring of such
insurance and the delivery of policies, certificates, and endorsements evidencing the
same shall not be construed as a limitation of Consultant's obligation to indemnify City,
its elected officials, officers, agents, employees, and volunteers.
A. Minimum Scope of Insurance. The minimum amount of insurance
required hereunder shall be as follows:
1. Comprehensive general liability and personal injury with limits of at
least one million dollars ($1,000,000.00) combined single limit coverage per occurrence
and two million dollars ($2,000,000) general aggregate;
2. Automobile liability insurance with limits of at least one million
dollars ($1,000,000.00) per occurrence;
3. Professional liability (errors and omissions) insurance with limits of
at least one million dollars ($1,000,000.00) per CLAIM and two million dollars
($2,000,000) annual aggregate; and,
4. Workers' Compensation insurance in the statutory amount as
required by the State of California and Employer's Liability Insurance with limits of at
least one million dollars $1 million per occurrence. If Consultant has no employees,
Consultant shall complete the City's Request for Waiver of Workers' Compensation
Insurance Requirement form.
For any claims related to this Agreement, Consultant's insurance coverage shall
be primary insurance as respects City and its respective elected officials, officers,
employees, agents, and volunteers. Any insurance or self-insurance maintained by City
and its respective elected officials, officers, employees, agents, and volunteers shall be
in excess of Consultant's insurance and shall not contribute with it. For Workers'
Compensation and Employer's Liability Insurance only, the insurer shall waive all rights
of subrogation and contribution it may have against City, its elected officials, officers,
employees, agents, and volunteers.
B. Errors and Omissions Coverage. (*WAIVED) If Consultant provides
claims made professional liability insurance, Consultant shall also agree in writing either
(1) to purchase tail insurance in the amount required by this Agreement to cover claims
made within three years of the completion of Consultant's services under this
Agreement, or (2) to maintain professional liability insurance coverage with the same
carrier, or equivalent coverage with another company, in the amount required by this
Agreement for at least three years after completion of Consultant's services under this
Agreement. Consultant shall also be required to provide evidence to City of the
purchase of the required tail insurance or continuation of the professional liability policy.
C. Sufficiency of Insurers. Insurance required herein shall be provided by
authorized insurers in good standing with the State of California. Coverage shall be
provided by insurers admitted in the State of California with an A.M. Best's Key Rating
of B++, Class VII, or better, unless otherwise acceptable to the City.
D. Verification of Coverage. Consultant shall furnish City with both
certificates of insurance and endorsements, including additional insured endorsements,
effecting all of the coverages required by this Agreement. The certificates and
endorsements are to be signed by a person authorized by that insurer to bind coverage
on its behalf. All proof of insurance is to be received and approved by the City before
work commences. City reserves the right to require Consultant's insurers to provide
complete, certified copies of all required insurance policies at any time. Additional
insured endorsements are not required for Errors and Omissions and Workers'
Compensation policies.
Verification of Insurance coverage may be provided by: (1) an approved General
and/or Auto Liability Endorsement Form for the City of Palm Springs or (2) an
acceptable Certificate of Liability Insurance Coverage with an approved Additional
Insured Endorsement with the following endorsements stated on the certificate:
1. "The City of Palm Springs, its officials, employees, and agents are named
as an additional insured..." ("as respects City of Palm Springs Contract No.—. or "for
any and all work performed with the City"may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-
insurance the City may have..." ("as respects City of Palm Springs Contract No._" or
"for any and all work performed with the City" may be included in this statement).
3. "Should any of the above described policies be canceled before the
expiration date thereof, the issuing company will mail 30 days written notice to the
Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail
such notice shall impose no obligation or liability of any kind upon the company, its
agents or representative" is not acceptable and must be crossed out.
4. Both the Workers' Compensation and Employers' Liability policies shall
contain the insurer's waiver of subrogation in favor of City, its elected officials, officers,
employees, agents, and volunteers.
In addition to the endorsements listed above, the City of Palm Springs shall be named
the certificate holder on the policies.
All certificates of insurance and endorsements are to be received and approved by the
City before work commences. All certificates of insurance must be authorized by a
person with authority to bind coverage, whether that is the authorized agent/broker or
insurance underwriter. Failure to obtain the required documents prior to the
commencement of work shall not waive the Consultant's obligation to provide them.
E. Deductibles and Self-Insured Retentions. Any deductibles or self-
insured retentions must be declared to and approved by the City prior to commencing
any work or services under this Agreement. At the option of the City, either the insurer
shall reduce or eliminate such deductibles or self-insured retentions as respects the
City, its elected officials, officers, employees, agents, and volunteers; or, Consultant
shall procure a bond guaranteeing payment of losses and related investigations, claim
administration, and defense expenses. Certificates of Insurance must include evidence
of the amount of any deductible or self-insured retention under the policy. Consultant
guarantees payment of all deductibles and self-insured retentions.
F. Severability of Interests (Separation of Insureds). This insurance
applies separately to each insured against whom claim is made or suit is brought except
with respect to the limits of the insurer's liability.