REQUEST FOR PROPOSAL FOR Hazardous Material Survey 3rd Party Abatement Monitoring and Air Monitoring

Similar documents
THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR GARAGE DOOR MAINTENANCE SERVICES

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

INVITATION TO BID Retaining Wall

REQUEST FOR PROPOSAL (RFP)

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

Proposal No:

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

Hanley Road Corridor Transportation Development District 2348 Brentwood Blvd. Brentwood MO REQUEST FOR PROPOSAL FOR GATEWAY FOUNTAIN SOD PROJECT

City of Bowie Private Property Exterior Home Repair Services

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CONTRACT FOR SERVICES RECITALS

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

MILLER COUNTY AMBULANCE DISTRICT. Request for Proposals: EMS Ambulance Billing Services Closing May 9th, 2014

CITY OF O FALLON, MISSOURI REQUEST FOR PROPOSALS RFP NUMBER DOCUMENT SCANNING. September 15, 2017

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

BID DOCUMENTS FOR. WTP VFD Replacement Bid

INFORMATION FOR BID. Tee Shirts (School Nutrition)

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

KANSAS CITY PUBLIC LIBRARY REQUEST FOR PROPOSALS FOR AUDIT SERVICES

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

PLEASANTVILLE HOUSING AUTHORITY

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

West Ridge Park Ballfield Light Pole Structural Assessment

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

REQUEST FOR QUALIFICATIONS

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS City of Kearney Prospect Street Sidewalk Improvements

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

W I T N E S S E T H:

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

City of Albany, New York

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

The City of Moore Moore, Oklahoma

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Housing Authority of the Borough of Keansburg

RFP GENERAL TERMS AND CONDITIONS

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

Request for Proposals For: HQS Inspection Services From June 1, 2017 May 31, April 2017

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Services Agreement for Public Safety Helicopter Support 1

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Traffic Control Signal Design & Engineering Services

City of Albany, New York Traffic Engineering

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

COUNTY OF OSWEGO PURCHASING DEPARTMENT

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

Quiet Zone Installation Agreement

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

REQUEST FOR SEALED PROPOSALS

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

Transcription:

THE CITY OF BRENTWOOD 2348 S. Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR Hazardous Material Survey 3rd Party Abatement Monitoring and Air Monitoring 8751 Eulalie 8758 Rosalie 8754 Rosalie Brentwood, MO 63144 2017 [1]

CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring Notice is hereby given that sealed bids for the City of Brentwood Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring will be received by the City Clerk at city hall, 2348 Brentwood Blvd., Brentwood MO 63144, until 10:00 a.m. on Thursday, May 18, 2017. The Bids will be publicly opened and read aloud on the same day. All bids shall be made in duplicate on the printed forms found in the contract documents. Bids must be submitted in a sealed envelope marked City of Brentwood Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring. Bid documents are available for pickup on or after Thursday, May 4, 2017 at Brentwood Public Works, 8330 Manchester Rd., Brentwood MO, 63144 or on line at www.brentwoodmo.org/bids. Pre-Bid meeting and walk thru will take place on Friday, May 12, 2017 at 9:00 a.m. The meeting will be held on site at starting at 8751 Eulalie and continuing to 8758 Rosalie and 8754 Rosalie; Brentwood, Missouri 63144. The City of Brentwood hereby reserves the right to reject any and all bids, to waive any informalities in the bids received, and to accept the bid or bids that in its judgment will be in the best interest of the City of Brentwood. Office of the City Administrator [2]

SECTION 1 GENERAL INFORMATION Purpose The City of Brentwood Public Works Department is seeking Proposals from qualified contractors, hereinafter referred to as the Contractor, to provide HAZARDOUS MATERIAL SURVEY / THIRD PARTY ABATEMENT MONITORING AND AIR MONITORING, in accordance with the terms, conditions, and specifications contained in this Request for Proposal (RFP). Eligibility To be eligible to respond to this RFP, the proposing Contractor must demonstrate that it has successfully provided services similar to those specified in the Scope of Services section of this RFP. Proposal Response Outline Proposals must be concise and in outline format. Pertinent supplemental information should be referenced and included as attachments. Letter of Transmittal The letter of transmittal must include: An introduction of the Contractor's company; the name, address, and telephone number of the person to be contacted regarding the proposal; and a description of the Contractor's approach and commitment to this project. Expectations All exceptions, regardless of how minor, shall be stated. Exceptions shall be listed in order of this RFP and referenced by section number. Qualifications and Experience: The submission should include: Details on the qualifications of the Contractor; Scope of Services Hazardous Material Survey The Contractor shall perform a Hazardous Material Survey of the buildings located at 8751 Eulalie, 8758 Rosalie and, 8754 Rosalie. Demolition of these buildings will be performed summer 2017. [3]

Asbestos Survey The Contractor is to perform a HazMat-Asbestos survey for the City of Brentwood. This survey is to identify Asbestos Containing Materials (ACM) at each building prior to demolition activities as required by National Emissions Standard for Hazardous Air Pollutants (NESHAP) and OSHA. The Contractor is to provide an EPA Accredited Asbestos Inspector and/ inspection team who is certified in the state of Missouri to perform a survey of physically accessible areas within the residential building properties. Lead Based Paint (LBP) Survey The Contractor is to perform a lead-based paint (LBP) survey. This survey is intended to provide information relative to location, condition and quantity of LBPs at the project building. The Contractor is to provide a State of Missouri Licensed Lead Inspectors and/or Lead Risk Assessors to perform the survey. Other Hazardous Materials The Contractor shall note other environmental concerns discovered during the inspection. These concerns include but are not limited to: smoke detectors, exit signs, fluorescent light tubes, PCB containing light ballasts, chemicals, door closures, mercury thermometers, etc. Report Following completion of the surveys, two (2) hardcopies and one (1) electronic (.pdf format) copy of the report shall be delivered to the City of Brentwood. This report will become part of the building demolition RFP package. 3rd Party Abatement Monitoring and Air Monitoring In the event abatement is required, the Contractor will provide an air sampling technician/professional to monitor the performance of the abatement work by the selected demolition contractor. The Contractor s monitoring shall include the abatement contractors preparation of asbestoscontaining materials for removal. The Contractor shall prepare a daily field report detailing the day s activities. [4]

Visual Inspections The contractor shall conduct visual inspections following abatement activities, using the ASTM Standard Practice for Visual Inspection of Asbestos Abatement Projects, to verify the completeness of abatement work. Area Sampling The Contractor shall conduct area samples during the asbestos removal activities at various locations to assist in evaluating the abatement contractors engineering controls and work practices and to detect potential exposure outside the containment or controlled areas. Area monitoring will conform to applicable local, Federal and State regulations. Clearance Sampling The Contractor shall conduct clearance monitoring after the area has been inspected in accordance with ASTM Standard Practice for Visual Inspection of Asbestos Abatement Projects. Clearance monitoring will conform to applicable local, Federal and State regulations. Laboratory Analysis Clearance air samples will be analyzed by an American Industrial Hygiene Association, Asbestos Analyst Registry (AIHA-AAR) approved analyst. The samples must be analyzed in accordance with NIOSH 7400 method. Close-out Documentation The contractor shall prepare an Abatement Report (Close-out Documentation), which will provide documentation of abatement activities and air monitoring results. The report will contain the daily logs of observed abatement, report of air monitoring samples collected during the abatement phase of the project, and supporting documentation; in addition to any abatement contractor supplied documentation, including but not limited to worker certifications. NO ADDITIONAL CHARGE ITEMS: There shall be no additional charge to the City for the contractor to provide labor, equipment, and materials for: Contractor Mobilization Contractor s damage (if any) to public or private. [5]

Note: Failure by the Contractor to undertake work for the protection and welfare of the general public can result in the City forces undertaking the work and back charging the Contractor. Submission of Proposals Competitive sealed proposals will be received by the City of Brentwood at 2348 South Brentwood Boulevard, Office of the City Administrator until May 18, 2017 local prevailing time. Proposals shall be clearly marked City of Brentwood Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring. Proposals received after the deadline will be late and will not be considered. The date and time received as noted on each bid by the City shall be final and conclusive evidence of the timeliness of each bid received. Bid documents include the following affidavits that are required before and/or after the work has been completed. Affidavit of Work Authorization RSMo. 285.530 Affidavit of OSHA Training Compliance RSMo. 292.675 Non-Collusion Affidavit The above list of statutes is not intended to be exhaustive. The compliance requirement of this provision is continuing and must be satisfied during the entirety of the bid process and any future agreement. It is the sole responsibility of the successful bidder to ensure that this provision is satisfied, and the City assumes no responsibility or liability for the failure to comply. Bid shall be submitted on Bid Proposal Forms and signed by an authorized officer. Two (2) hard copies in a sealed envelope must be received by the posted due date and time. There will be a public opening of the proposals following receipt deadline. The name of the winning Contractor will not be released until final approval by the Board of Aldermen and/or notification of award. [6]

Inquiries Questions arising after the issuance of this RFP shall be submitted by e-mail to Public Works Project Manager, Kyle Allen, at kyallen@brentwoodmo.org Last Day for Questions Any questions Proposers wish to be addressed and which might require an addendum must be submitted before May 15, 2017 by 3:00 p.m. local prevailing time. Exceptions All exceptions shall be stated no matter how seemingly minor. Any exceptions not stated shall be assumed by the City to be provided by the Contractor, regardless of the cost to the Contractor. Economy of Preparation Contractors shall prepare each proposal simply and economically, providing a straightforward, concise description of Contractors offer and capabilities to satisfy the requirements of this RFP. Emphasis should be on completeness and clarity of content. Incurring Cost The City will not be liable for any cost which any Contractor may incur in connection with the preparation or presentation of its proposal(s) or demonstrations. Right to Reject The City reserves the right to reject any or all proposals in full or in part and to waive any informality or technicality in any proposal in the interest of the City. Selection Criteria Awards shall be determined by and based upon the best proposal, which, in the discretion of the City of Brentwood is the proposal that most adequately meets the needs of the City at the lowest price. In determining the best proposal, in addition to price, the City may consider: Quality, availability, and functional or suitability of the personal property, or contractual services to the particular use intended; The ability, capacity and skill of the bidder to perform the contract or provide the service required; [7]

Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference; The character, integrity, reputation, judgment, experience and efficiency of the bidder; The quality of performance of previous contracts or services; The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service; The ability of the bidder to provide future maintenance and service for the use of the subject of the contract, and The number and scope of conditions attached to the bid. Whether the bidder is in default on payment of taxes, licenses or other moneys due to the City. This factor alone shall justify disqualification. When, in response to bid proposal issued by the City, two or more proposals meets the City s bid specifications/requirements and are deemed sufficiently equal, a local bid preference shall be given to a business located within the corporate limits of the City. As the best interest of the City may require, the right is reserved to make awards by item, group of items, all or none or a combination thereof; to reject any and all Bids or waive any minor irregularity or technicality in Bids received. After reviewing all received bids, staff will recommend the lowest responsive responsible bid for acceptance by the Board of Alderman and approval to enter into a contract agreement with the contractor. It is anticipated this will occur at the June 19, 2017 Board of Aldermen meeting. Contract Period and Effective Date The initial Contract term shall commence upon final execution of the contract by the City and shall expire one hundred eighty (180) days from that date. The Hazardous Material Survey must be completed within twenty-one (21) calendar days of notice to proceed from the City. Contract Cancellation Either party may terminate the Contract for any reason prior to the expiration date by delivering written notice thereof to the other party at least 90 days in advance. [8]

Authorized Vendor Representatives PROPOSAL: List the name, title, office address, telephone number, fax number and e-mail address of the person(s) authorized to represent the Contractor regarding the proposal submitted in response to this RFP. CONTRACT: Give the name, title, office address, telephone number, fax number and e-mail address of the person authorized to sign a Contract, and receive and sign all formal notices and/or addendum regarding such Contract. Note that all amendments to any Contract must be in writing and signed by both parties. The City reserves the right to require a change in the individual assigned to represent the Contractor if the assigned representative is not serving the needs of the City in an acceptable manner. This right shall carry forward through the response period and, with the successful Contractor, during the term of the Contract. Remedies The laws of the State of Missouri shall apply in all disputes arising out of this RFP, without application of any principles of choice of laws. Compliance The Contractor hereby agrees to abide with all applicable federal and state laws and regulations. Anti-Collusion The submission of a proposal constitutes agreement that the Contractor has not divulged its proposal to, or colluded with, any other offer or party to a proposal whatsoever. General Conditions: The awarded contractor will be expected to enter into an agreement with the City consistent with the following conditions. Indemnification The Contractor shall hold harmless, defend and indemnify the City and its officers, employees, and agents from and against any and all claims, losses, causes of action, judgments, damages and expenses including, but not limited to attorney's fees because of bodily injury, sickness, disease or death, or injury [9]

to or destruction of tangible property or any other injury or damage resulting from or arising out of (a) performance or breach of the Contract by Contractor, or (b) any act, error, or omission on the part of the Contractor, or its agents, employees, or subcontractors except where such claims, losses, causes of action, judgments, damages and expenses result solely from the negligent acts or omissions or willful misconduct of the City, its officers, employees or agents. Insurance All bid documents will include an insurance clause as follows: 1. All bids shall include and cover the cost of Workers' Compensation insurance for all employees of the bidder and for all employees of all subcontractors. It is agreed that the successful Contractor shall furnish the City with a certificate of insurance from an insurance company with a Best's rating of at least B+/VII or greater, if required by the Board of Aldermen, indicating statutory Workers' Compensation coverage and the minimum coverage amounts stated in Subsection (F)(2) of this Section. The policy of insurance shall have endorsed on it a requirement of at least thirty (30) days' written notice mailed to the City indicating any cancellation or material change in coverage. The Board of Aldermen may increase or decrease the minimum coverage amounts on a per project basis. 2. Minimum coverage amounts. a. General liability. (1) General aggregate: $2,000,000.00. (2) Product, completed operations aggregate: $2,000,000.00. (3) Personal injury: $1,000,000.00. (4) Each occurrence: $1,000,000.00. (5) Fire legal liability damage: $100,000.00. (6) Medical expense: $10,000.00. b. Automobile combined single limit: $1,000,000.00. c. Excess liability. (1) Each occurrence: $1,000,000.00. (2) Aggregate: $2,000,000.00. [10]

d. Employer's liability. (1) Each accident: $100,000.00. (2) Disease, policy limit: $500,000.00. (3) Disease, each employee: $100,000.00. e. Other liability. Contractual liability limits as indicated in Subsection (F)(2)(a) above. The successful contractor must provide a Certificate of Insurance and Endorsement satisfactory to the City naming the City of Brentwood as additional insured. This certificate shall remain in force for the length of the contract and extensions. The City shall be given thirty (30) days written notice prior to cancellation. Safety Sec. 1-Safety Training a. Contractor shall provide a ten (10) hour Occupational Safety and Health Administration (OSHA) construction safety program for all employees who will be on-site at the Project. The construction safety program shall include a course in construction safety and health that is approved by OSHA or a similar program approved by the Missouri Department of Labor and Industrial Relations which is at least as stringent as an approved OSHA program as required by Section 292.675, RSMo. b. Contractor shall require its on-site employees to complete a construction safety program within sixty (60) days after the date work on the Project commences. c. Contractor acknowledges and agrees that any of Contractor s employees found on the Project site without documentation of the successful completion of a construction safety program shall be required to produce such documentation within twenty (20) days, or will be subject to removal from the Project. d. Contractor shall require all of its Subcontractors to comply with the requirements of this Section and Section 292.675, RSMo. Sec. 2-Notice of Penalties for Failure to Provide Safety Training a. Pursuant to Section 292.675, RSMo, Contractor shall forfeit to City as a penalty two thousand five hundred dollars ($2,500.00), plus one hundred [11]

dollars ($100.00) for each on-site employee employed by Contractor or its Subcontractor, for each calendar day, or portion thereof, such on-site employee is employed without the construction safety training required in Sec 1 above. b. The penalty described in Subsection a. of this Section shall not begin to accrue until the time periods described in Sections (1-b.) and (1-c.) above have elapsed. c. Violations of Section 1 above and imposition of the penalty described in this Section shall be investigated and determined by the Missouri Department of Labor and Industrial Relations. Sec. 3-Insert as subsection to payment section: a. In the event that the Missouri Department of Labor and Industrial Relations has determined that a violation of Section 292.675, RSMo, has occurred and that a penalty as described in Section 2 shall be assessed, the City shall withhold and retain all sums and amounts due and owing when making payments to Contractor under this Contract. Record Keeping and Audit Rights The Contractor shall be responsible to maintain accurate accounting records for all services provided herein, and shall retain all such records for a period of time as required by law or three (3) years following termination of the Contract, whichever is longer. Upon reasonable notice and during normal business hours the City, or any of its duly authorized representatives, shall have access to and the right to audit any records or other documents pertaining to the Contract. The City s audit rights shall extend throughout the term of the Contract and for a period of at least three (3) years thereafter. The Contractor shall also have an SAS-70 Audit for 2017 and submit same every year during the term of and any extension of Contract. Management Reports Upon request the Contractor shall summarize and concisely report pertinent information to the City in a timely manner, throughout the duration of any Contract resulting from this RFP. [12]

Ownership of Work The City shall have full ownership and the rights to copyright, otherwise limit, reproduce, modify, sell, or use all of the work or product produced under this contract without payment of any royalties or fees to the Contractor. Further Agreements In addition to a proposal, the City may from time to time require the Contractor to execute certain additional documents or agreements, including without limitation a contract, for clarifying the intention of the parties with respect to providing the services hereunder. Relationship of the Parties In assuming and performing the obligations of any contract, the City and any Contractor shall each be acting as independent parties and neither shall be considered an employee of the other. Additionally, neither shall represent itself as a joint venture or partners other than as authorized by a written agreement or contract. Equal Opportunity No Contractor of services under this RFP shall discriminate against any employee, applicant for employment, or recipient of services on the basis of veteran status, race, religion, color, sex, sexual orientation, age, disability, or national origin. Taxes: Vendor's Responsibility Contractor shall be responsible for and pay all taxes which may be levied or incurred against the Contractor about the performance of any services under a Contract, including taxes levied or incurred against Contractor's income, property, sales, or other taxes. Payment to Contractor for Services Rendered The Contractor shall invoice the City per occurrence of services rendered. [13]

Company Name: Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring Bid Schedule Date: Mayor and Board of Alderman 8751 Eulalie In accordance with the advertisement inviting bids for Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring for the City of Brentwood, subject to conditions and requirements of the contract and scope of work, including Addenda # s and, hereto attached, which so far as they relate to the bid, are made a part of it, the undersigned here will propose to begin the specified pricing upon receipt of notice to proceed, the following prices: Item 1: Hazardous Material Survey Cost: Additional Sample Analysis Rates: Rate: Rate: Rate: Per Sample Per Sample Per Sample Item [14]

2: 3rd Party Abatement Monitoring and Air Monitoring Cost: Per 8 Hr. Shift Additional analysis of samples if required Rate: Per Sample Close-out Documentation Cost: Given number of samples per shift before additional sample analysis is required Samples per day Authorized Signature: Date: Title: Company Name: Contact Person: Title: Phone Number: Email Address: Company Name: [15]

Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring Bid Schedule 8758 Rosalie- SURVEY COST INCLUDES DETACHED GARAGE Date: Mayor and Board of Alderman In accordance with the advertisement inviting bids for Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring for the City of Brentwood, subject to conditions and requirements of the contract and scope of work, including Addenda # s and, hereto attached, which so far as they relate to the bid, are made a part of it, the undersigned here will propose to begin the specified pricing upon receipt of notice to proceed, the following prices: Item 1: Hazardous Material Survey Cost: Additional Sample Analysis Rates: Rate: Rate: Rate: Per Sample Per Sample Per Sample [16]

Item 2: 3rd Party Abatement Monitoring and Air Monitoring Cost: Per 8 Hr. Shift Additional analysis of samples if required Rate: Per Sample Close-out Documentation Cost: Given number of samples per shift before additional sample analysis is required Samples per day Authorized Signature: Date: Title: Company Name: Contact Person: Title: Phone Number: Email Address: Company Name: Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring [17]

Bid Schedule 8754 Eulalie- DETACHED GARAGE EXCLUDED FROM COSTS Date: Mayor and Board of Alderman In accordance with the advertisement inviting bids for Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring for the City of Brentwood, subject to conditions and requirements of the contract and scope of work, including Addenda # s and, hereto attached, which so far as they relate to the bid, are made a part of it, the undersigned here will propose to begin the specified pricing upon receipt of notice to proceed, the following prices: Item 1: Hazardous Material Survey Cost: Additional Sample Analysis Rates: Rate: Rate: Rate: Per Sample Per Sample Per Sample Item 2: 3rd Party Abatement Monitoring and Air Monitoring Cost: Per 8 Hr. Shift [18]

Additional analysis of samples if required Rate: Per Sample Close-out Documentation Cost: Given number of samples per shift before additional sample analysis is required Samples per day Authorized Signature: Date: Title: Company Name: Contact Person: Title: Phone Number: Email Address: REFERENCES References: Please provide at least five (5) current commercial / residential customers references that have Hazardous Material Survey / 3rd Party Abatement Monitoring and Air Monitoring of similar type, size, complexity and use. 1. Company: [19]

Name: Address: Email: Length of Relationship: 2. Company: Name: Address: Email: Length of Relationship: 3. Company: Name: Address: Email: Length of Relationship: 4. Company: Name: Address: Email: Length of Relationship: Title: Phone: # of Units: Title: Phone: # of Units: Title: Phone: # of Units: Title: Phone: # of Units: 5. Company: Name: Title: Address: Phone: Email: # of Units: Length of Relationship: THE CONTRACT DOCUMENTS The Advertisement, Information for Bidders, the Specifications, including Addenda Numbers, and the Bid, and together with this Agreement, form the Contract. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the day and year first above written in three (3) counterparts, each of which shall, for all purposes, be deemed an original. [20] CITY OF BRENTWOOD MISSOURI (Owner)

By (Christopher Thornton, Mayor) ATTEST (Bola Akande, City Administrator) (Contractor) By ATTEST: (Title) Affidavit of Work Authorization Comes now (name) as (office held) first being duly sworn, on my oath, affirm (company name) is enrolled and will continue to participate in a federal work authorization program in respect to employees that will work in connection with the contracted services related to the City of Brentwood Building Demolition Services for the duration of the contract, if awarded in accordance with RSMo Chapter 285.530 (2). I also affirm that (company name) does not and will not knowingly employ a person who is an unauthorized alien in connection with the contracted services related to the City of Brentwood Building Demolition Services for the duration of the contract, if awarded. [21]

In Affirmation thereof, the facts stated above are true and correct (The undersigned understands that false statements made in this filing are subject to the penalties provided under Section 575.040, RSMo). Signature Title Printed Name Date Subscribed and sworn to before me the day of. I am Commissioned as a notary public within the county of, State of, and my commission expires on. Signature of notary Date AFFIDAVIT OF OSHA TRAINING COMPLIANCE Before me, the undersigned Notary Public, personally came and appeared, of (NAME-PRINTED) (POSITION), (NAME OF COMPANY) [22]

(a corporation) (a partnership) (a proprietorship) and, after being duly sworn, did depose and say that all provisions and requirements set out in Section 292.675, Missouri Revised Statutes, pertaining to the 10-hour OSHA construction safety training of workmen employed on public works projects have been fully satisfied and there has been no exception to the full and complete compliance with said provisions and requirements. The referenced OSHA training is necessary in carrying out the contract and work in connection with the City of Brentwood Building Demolition Services in the City of Brentwood, Missouri. Said training of all project workmen has been or will be undertaken within 60 days of commencement of construction of the project. The Contractor is to provide to the City copies of OSHA certifications cards of each project workman. (SIGNATURE) Subscribed and sworn to before me this day of, 20 (Notary Public) My commission expires on: Non-Collusion Affidavit NCA-1 being duly sworn in oath deposed and states: That in connection with this procurement, a. The prices in this bid have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition as to any matter relating to such prices with any other bidder or with any competitor; [23]

b. The prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening directly or indirectly to any other bidder; or to any competitor; and, c. No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. The undersigned further states: a. He is the person in the bidders organization responsible within that organization for the decision as to the prices being bid herein and that he has not participated, and will not participate, in any action contrary to (I) (a) through (I) (c) above. b. He is not the person in the bidder s organization responsible within that organization for the decision as to the prices being bed herein but that he has been authorized in writing to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to (I) (a) through (I) (c) above, and as their agent does hereby so certify; and he has not participated, and will not participate in any action contrary to (I) (a) through (I) (c) above. The Contractor hereby attests to their intent to comply with the American with Disabilities Act. (ADA). It is expressly understood that the foregoing statements, representations, and promises are made as a condition to the right of the bidder to receive payment under any award made hereunder. For Corporations (NAME, INDICATE IF CORPORATION, PARTNERSHIP OR SOLE PROPRIETOR) (Corporate Seal) (OFFICE HELD IN BIDDER ORGANIZATION) [24]

ATTEST: By Subscribed and sworn to before me this day of, 20 My commission expires on: (Notary Public) Additional Information: [25]

Highlighted properties referenced in RFP documents [26]

8754 Rosalie Detached garage at 8758 Rosalierequires abatement/demolition 8758 Rosalie 8758 Rosalie Ave- Home and Detached Garage to be included in Hazardous Materials Report and Bid Cost 8754 Rosalie Ave- Home only to be included in Hazardous Materials Report and Bid Cost [27]