immokalee water and sewer district, inc. water main
Post on 09-Apr-2022
2 Views
Preview:
TRANSCRIPT
IMPORTANT MESSAGE PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM.
Page 1 of 6
IMMOKALEE WATER AND SEWER DISTRICT, INC. WATER MAIN RELOCATION
1020 Sanitation Road, Immokalee, FL 34142
ADDENDUM NUMBER 1
Notification Date: May 18, 2020 Bid Title: Clarifier Rehab Project Bid Opening Date & Time: Tuesday, May 26, 2020, 2:00 PM
THE FOLLOWING INFORMATION IS HEREBY INCORPORATED INTO, AND MADE AN OFFICIAL PART OF THE ABOVE REFERENCED BID.
CLARIFICATIONS C1. Please note that the bid time has been changed to 2:00 PM, Tuesday, May
26, 2020.
C2. C1 – Do you have an estimate for the project
A. Approximately $1,300,000
C3. Is there a geotechnical report available for th e plant site or any previous soil boring logs? The specifications talk about soi l borings, but can not find in the specifications?
A. Please see Attachment D for the soils report from the previous wastewater treatment plant expansion project. The soils report is provided for reference only.
C4. The Contractor will be required to fill out and submit the asbestos form to FDEP. The asbestos testing has been completed by th e District.
A. Please see attachment G for the asbestos report for the gravity thickener.
C5. Note on Sheet S1.1 says concrete to be 5000 psi but the drawings say 4000 PSI?
A. Concrete is to be 5,000 psi unless specifically noted in sections or details otherwise.
C6. Drawing S4.1 and S4.2 show the foundation and c olumn for the stairs, they are different on the two sheets, but the notes says they are the same?
A. The footing sizes as depicted in notes and section are correct. Ignore the graphical size of the footing on plan.
C7. Are there three(3) new clarifier scum pit 4’ ma nholes?
IMPORTANT MESSAGE PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM.
Page 2 of 6
A. Yes, one new scum pit per clarifier that is to be rehabilitated, for a total of three new scum pits.
C8. The bid item for sidewalk, will it be used if any sidewalk is to be removed for construction?
A. The intent of the sidewalk bid item is to replace existing sidewalk removed during construction, not to install new sidewalk.
C9. Can the water stop shown on Detail 4 on Sheet S6 be moved from under the slab to the vertical face?
A. Yes. However, the Contractor must coordinate installation requirements with the manufacturer of the water stop.
C10. Please note that the walls of the clarifiers will need to be temporarily braced during construction. Contractor to provide engineered drawings for temporarily bracing the wall. Please refer to the structural general notes, paragraph three, which refers to temporary bracing.
SPECIFICATION CHANGES
S1. The Collier County Building permit allowance amount of $30,000 has been added to the bid schedule.
A. The original bid schedule contained a line item for the allowance, but the amount was not included. The revised bid form is included as Attachment B. The revised Excel Bid Schedule is included as Attachment C.
S2. Can an allowance be added to the contract instead of Paragraph 4 on Sheet S1.1?
An allowance is provided for unforeseen structural events and has been added to the revised bid schedule. The revised bid form is included as Attachment B.
S3. Regarding time for the project, will the NTP be delayed until the clarifiers are ready to be shipped, or will more time be added to the job?
The contract time has been extended by 180 days to compensate for the extended clarifier fabrication and delivery time. The number of calendar days to achieve substantial completion is now 420 days and the number of calendar days to achieve final completion is now 450 days.
S4. Please revise Specification Section 16610, Paragraph 1.3A as shown below.
A. The system shall be an effective, aesthetically acceptable streamer-delaying lightning protection system to the standards of Underwriters Laboratories UL 96 & UL96A. The purpose of the system shall be to reduce the likelihood of a direct
IMPORTANT MESSAGE PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM.
Page 3 of 6
strike to the protected structure. Secondarily the system shall be designed in such a manner that it affords protection to the structure upon which it is installed in the event a direct lightning strike to the structure does occur.
S5. Please revise Specification Section 16610, Paragraph 2.1B as shown below.
Air Terminals shall be manufactured by Thompson Lightning Protection, Inc, Lightning Master Corporation or Altec Global Hargar or East Coast Lightning Equipment.
S6. Specification Section 09910, Manhole Lining System is revised as follows:
Page Three, Part 2, Section 2.03
A – Manufacturers: Integrated Environmental Technologies, North Fort Myers, Florida (239) 997-6645 or Tnemec, Kansas City, MO 1-800-TNEMEC1.
B – Products: IET – 100% solids, two component, highly modified polyester resin system or Tnemec Series 436 Perma-Shield FR meeting the following minimum characteristics:
S7. ClearStream Environmental Inc., 9547 South 500 West, Sandy, UT 84070 is added as an approved manufacturer for the Clarifier Mechanism.
S8. Specification Section 11335 Paragraph 2.01A is revised as shown below.
The circular clarifier mechanisms shall be manufactured by Eimco Water Technologies, Amwell, WesTech, Envirodyne Systems, ClearStream Environmental or equivalent. If the clarifier manufacturer’s standard equipment does not meet these specifications, the manufacturer shall modify its standard design to meet the minimum values specified for dimensions and design.
S9. Specification Section 11335 Paragraph 2.06 is revised as shown below.
2.06 Rotating Sludge Collection Drum or Stationary Sludge Ring for Spiral Rake Arm Design
A. Provide a rotating sludge collection drum device to collect settled solids raked to the center by the rotating spiral blades. The collected sludge shall be discharged from the tank by way of the RAS sludge pipe as shown in the drawings.
B. The sludge collection drum device shall rotate with the center cage and shall be provided with sludge collection ports located directly in front of each rotating spiral rake blade or be stationary mounted to the floor with RAS ports located around it. Size the ports to collect thickened sludge from the bottom-most dense sludge layer to maximize underflow solids concentration.
IMPORTANT MESSAGE PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM.
Page 4 of 6
C. Construct the rotating sludge drum collection device of 1/4-inch steel plate. For the rotating sludge drum, provide neoprene seals to seal against the tank floor and against the center column.
S10. Specification Section 11335 Paragraph 2.09 is revised as shown below.
2.09 Torque Overload Control Device
A. Provide a torque overload control device for each clarifier mechanism. The device shall be activated by thrust from the worm shaft on a calibrated spring, transmitting the thrust to activate a pointer. The pointer shall visually indicate torque on a 0% to 100% 160% graduated scale. Mount the alarm system in an epoxy coated cast aluminum NEMA 4X enclosure.
B. The device shall operate two limit switches: one for an alarm and one for motor shutoff. The alarm limit switch shall activate a local red warning light, a local horn, and a remote alarm as detailed in the electrical drawings.
C. Provide a mechanical torque limiting device with manual reset and limit switch (American Autogard Corp. Type AF) set to shear at 100% 140% of duty continuous rated torque or a third backup switch set at 140%.
D. The setting for the alarm switch shall be as follows:
1. Alarm torque at 70% 100% of duty continuous rated torque.
2. Motor shutoff at 85% 120% of duty continuous rated torque
S11. Specification Section 11335 Paragraph 3.07 is revised as shown below.
3.07 Service Conditions
A. Performance conditions and design data shall be as shown below.
Description Clarifier #1 & #2 Clarifier #3
Clarifier influent flow: 0.75 mgd (average)
2.25 mgd (peak) 1.0 mgd (average)
3.0 mgd (peak)
Clarifier Diameter 44 feet 48 feet
Side Water Depth 10 feet 10 feet
Influent suspended solids concentration:
3000 to 4000 mg/L 3000 to 4000 mg/L
Sludge withdrawal rate: 785 gpm 785 gpm
Solids concentration of sludge: 0.5% to 1.5% 0.5% to 1.5%
Diameter of influent column: 18 inches 18 inches
Duty rated torque (minimum): 25,000 foot-pounds 25,000 foot-pounds
AGMA 20-year continuous operating torque (minimum):
18,000 foot-pounds 18,000 foot-pounds
IMPORTANT MESSAGE PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM.
Page 5 of 6
AGMA rated yield momentary peak torque (minimum):
82,000 32,000 foot-pounds
82,000 32,000 foot-pounds
Motor horsepower (maximum): 1/4 1/2 1/2
Flocculating feed well size (nominal):
12-foot diameter by 5-foot side water
depth
12-foot diameter by 5-foot side water
depth
PLAN CHANGES
P1. There seem to be no specs for the troughs, weirs, and knee braces in the documents for the Clarifiers? What is the connection between the new effluent and the trough?
A. Please replace the weir detail on sheet D3 with the updated version included in Attachment E.
P2. Should the concrete encasement under the clarifiers come up to the bottom of the foundation for the walls and floors?
A. Please see the revised Plan Sheet C6 included in Attachment F.
P3. Please incorporate the revisions to Plan Sheet G4.
P4. Please incorporate the revisions to Plan Sheet C9.The chlorine injector size
is clarified to be 1” for all installations.
IMPORTANT MESSAGE PLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE BID FORM.
Page 6 of 6
ATTACHMENTS:
A. Pre-Bid Meeting Minutes
B. Revised Bid Form
C. Revised Bid Schedule in Excel format
D. Geotech Report
E. Revised Weir Detail
F. Revised Plan Sheet C6
G. Asbestos Report
1”
Page 1 of 2 westonandsampson.com Offices in: CT, FL, MA, MD, NC, NY, PA, SC, & VT
Immokalee Water and Sewer District: Clarifier Rehab
Immokalee Water and Sewer District Administration Building
1020 Sanitation Road, Immokalee, FL 34142
May 15, 2020
Pre-Bid Meeting Minutes Meeting Notes and Questions
The pre-bid teleconference was held on Tuesday, May 12, 2020 at 2:00pm. Along with the District’s staff there were 15 people connected to the attendance. The meeting started in the IWSD’s office with a discussion of the plans and specifications with specific points detailed below.
Office Meeting Discussion Points
• The bids are due 10:00 am, Tuesday, May 26, 2020.
• This is a USDA funded project.
• Any questions concerning the bid will need to be submitted in writing by Tuesday, May 12, 2020 at 5pm to FerranteG@wseinc.com and iveyb@wseinc.com.
o Multiple addenda will be issued, if needed.
• The current plan holders list is attached.
• The pre-bid meeting was not mandatory.
• The Contract is expected to be awarded at the May 27, 2020 board meeting
• The last day to ask questions is Tuesday, May 19, 2020.
• The Gravity Thickener has had an FDEP required inspection. The contractor will need to submit the asbestos form to FDEP. The inspection has already been completed.
• The chorine lines will be modified to the back of the chorine contact chamber and downstream of the effluent pumps.
• The clarifier floor and mechanism will be removed and replaced. The clarifier bridges will be replaced. The existing clarifier walls will need to be patched. The inside of the clarifier will be coated.
• Only one clarifier can be offline at a time. IWSD staff will drain and clean the clarifier. They need a minimum of a 10 day notice.
• A site visit can be scheduled with the lead operator.
• New scum pits will be installed.
ADDENDUM #1
Page 2 of 2
• The Addenda will be sent by email.
• The bid opening will be done in person at the IWSD parking lot, unless otherwise notified.
• There were several questions that were raised and are included with answers in Addendum #1. Attachments Pre-Bid Meeting Agenda and Presentation Attendee List Brandon Ivey, Weston and Sampson Gary Ferrante, P.E. Weston and Sampson Sarah Catala, IWSD Fernando Fuentes P.E., RKS Consulting Engineers Larry Hicky, AMWELL John Dina, Mitchell & Stark Matt Casey, Quality Enterprises Steve Stanton, US Water Services Mark Heath, PWC, LLC Tom Conkle, D.N. Higgins Bernie Simmonds, Simmonds Electrical of Naples Todd Shaw, Trippensee Shaw W. Ben McDorman, Moss-Kelley
ADDENDUM #1
1520 Royal Palm Square Blvd, Suite 260, Fort Myers, FL 33916 Tel: 239.437.4601
Offices in: MA, CT, NH, VT, NY, NJ, PA, SC & FL westonandsampson.com
Clarifier Rehab
PRE-BID MEETING TELECONFERENCE May 12, 2020 2:00PM
Immokalee Water and Sewer District
AGENDA 1) Introductions & Sign-in Sheet
2) BIDS DUE – 10:00 am, Tuesday, May 26, 2020
3) Construction Documents
a) Volume 1 – Contract Documents Booklet
b) Volume 2 – Plan Set
4) Project Dates:
a) Bid Opening – 5/26/2020 at 10 AM
b) Contract Award – 5/27/2020 at Board Meeting
c) Notice to Proceed – TBD (-July - August)
d) Substantial Completion – 240 days from NTP
e) Final Completion – 270 days from NTP
5) Project Overview
a) Rehab of three existing clarifiers
b) One Clarifier offline at a time
c) IWSD staff will drain and clean each clarifier
d) Piping Modifications – New Center Feed, New Peripheral Discharge
e) Scum Pit replacement
f) Clarifiers
i) Clarifier One and Two 44’ diameter
ii) Clarifier Three 48’ diameter
iii) Existing Walls to Remain
iv) Patch Existing Walls
v) Coat Inside of Clarifier
vi) New Sloped Floors
vii) New Center-feed Clarifier Mechanisms
viii) New Peripheral Weirs
ix) New Full-Bridge Walkways
x) New Brush Cleaning System (All 4 Clarifiers)
ADDENDUM #1
Page 2
Offices in: MA, CT, NH, VT, NY, MD, PA, NC, SC & FL westonandsampson.com
6) Construction Budget - $1.3 million
7) USDA Funding
a) American Iron and Steel Requirements
b) Certifications with Submittals
8) Permits included in Volume 1
a) Collier County SDPA
b) FDEP Minor Modification
i) Asbestos Pre-Demolition Inspection of Gravity Thickener
ii) Contractor to submit form to FDEP
9) Each Bidder will be required to submit one (1) original and four (4) copies of the following documents:
• C-430 Bid Bond • C-410 Bid Form (all 15 pages), including the following items:
(1) Acknowledgement of Addenda (2) List of Proposed Subcontractors (including Major Material Suppliers) (3) List of Projects with References (4) Bid Schedule
• C-451 Required Bidder Qualifications Statement with Supporting Data • AD-1048 Certification Regarding Debarment • RD-400-6 Compliance Statement • 1940-Q Certification for Contracts, Grants, and Loans • 1780-27 Sworn Statement
10) Addenda
a) Submit all questions in writing (emailed questions are acceptable)
b) Last day to ask questions is Tuesday, May 19, 2020 at 5:00 PM
c) Addenda will be sent via Email
11) Discussion
12) Adjourn
ADDENDUM #1
Important Dates
Bid Opening – 5/26/2020 at 10 AM
Contract Award – 5/27/2020 at Board Meeting
Notice to Proceed – TBD (Mid-June)
Substantial Completion – 240 days from NTP
ADDENDUM #1
Project Overview
USDA Funding
• American Iron and Steel Requirements
• Approval
Asbestos Report
Chlorine Line Modifications
Gravity Thickener Removal
Clarifier Floor Replacement
Clarifier Mechanism Replacement
Site Visit by Appointment
ADDENDUM #1
Clarifier Rehab Overview
Demolition Clarifier Floor Replacement
Mechanism Replacement
Piping Modifications
Scum Pit Installation
Patch Existing Walls
Coat Inside of Clarifier
Bridge Replacement
One Clarifier Offline
• IWSD will drain and prep clarifier
ADDENDUM #1
Clarifier Rehab – Floor Replacement
• One Clarifier Offline
• Two 44’ Clarifier
• One 48’ Clarifier
• IWSD Staff Will Clean Clarifier
• Preparation Time ~10 days
• Piping Modification
ADDENDUM #1
Gravity Thickener Removal • Asbestos Certification
• Removal
• Pipe Modifications
ADDENDUM #1
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page i
BID FORM
IWSD CLARIFIER REHAB PROJECT
TABLE OF CONTENTS
Page
Article 1 – Bid Recipient ................................................................................................................................ 1
Article 2 – Bidder’s Acknowledgements ....................................................................................................... 1
Article 3 – Bidder’s Representations ............................................................................................................. 2
Article 4 – Bidder’s Certification ................................................................................................................... 3
Article 5 – Basis of Bid ................................................................................................................................... 4
Article 6 – Time of Completion ................................................................................................................... 12
Article 7 – Attachments to this Bid ............................................................................................................. 13
Article 8 – Defined Terms............................................................................................................................ 14
Article 9 – Bid Submittal.............................................................................................................................. 15
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 1
ARTICLE 1 – BID RECIPIENT
1.01 This Bid is submitted to:
[Insert name and address of Owner]
Immokalee Water and Sewer District, 1020 Sanitation Road, Immokalee, FL 34142
1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement
with Owner in the form included in the Bidding Documents to perform all Work as specified or
indicated in the Bidding Documents for the prices and within the times indicated in this Bid and
in accordance with the other terms and conditions of the Bidding Documents.
NOTE(S) TO USER:
The party to which the Bid is submitted should be the specific entity that will
enter into the Agreement with the Successful Bidder.
ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS
2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without
limitation those dealing with the disposition of Bid security. This Bid will remain subject to
acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may
agree to in writing upon request of Owner.
NOTE(S) TO USER:
1. Bid acceptance periods may vary, particularly if funding agency reviews and
approvals are required.
2. Bid acceptance periods should be coordinated with Paragraph 4.01 of the
General Conditions. See Commentary on the 2013 EJCDC Construction
Documents, EJCDC® C-001 (section commenting on Article 4 of the General
Conditions) for discussion.
3. Bid acceptance periods may also be set by statute.
4. When the Contractor is required to accept assignment of a procurement
contract, previously entered into by the Owner (as “Buyer”) with a supplier
or manufacturer (as “Seller”) for the direct purchase of goods and special
services, insert at this location in the Bid Form language regarding the
assignment. For model language, refer to EJCDC® P-200, Notes to User at
Article 23. See also the “Stipulated Lump Sum” for this assignment, in Article
5 below. For additional information on assigning a procurement contract,
refer to EJCDC® P-001, Commentary on the EJCDC Procurement Documents.
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 2
ARTICLE 3 – BIDDER’S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, and any data and
reference items identified in the Bidding Documents, and hereby acknowledges receipt of
the following Addenda:
Addendum No. Addendum, Date
NOTE(S) TO USER:
It is important that all Bidders receive and acknowledge receipt of all Addenda.
To be certain that Bidders receive all Addenda, use of methods providing proof
of receipt, such as courier services or return receipt requested mail, is suggested.
(If fax or e-mail is used, Bidders should be requested to confirm receipt by the
same means.) Ensure any specific requirement of the Owner concerning issuing
and receipt of Addenda are reviewed and addressed. Note also the definition of
Addenda in Article 1 of General Conditions, indicating that by definition Addenda
are documents issued prior to the opening of Bids.
B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and
adjacent areas, and become familiar with and satisfied itself as to the general, local, and
Site conditions that may affect cost, progress, and performance of the Work.
NOTE(S) TO USER:
It is important for Bidder to visit the Site before submitting its Bid and to conduct
an alert, heads-up, eyes-open examination of the area and conditions under
which the Work is to be performed. See Instructions, Article 4.
C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect
cost, progress, and performance of the Work and including all American Iron and Steel
requirements.
D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface
conditions at or adjacent to the Site and all drawings of physical conditions relating to
existing surface or subsurface structures at the Site that have been identified in the
Supplementary Conditions, especially with respect to Technical Data in such reports and
drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if
any, at or adjacent to the Site that have been identified in the Supplementary Conditions,
especially with respect to Technical Data in such reports and drawings.
NOTE(S) TO USER:
If there are no reports or drawings of the type referred to in this representation,
either modify or delete the paragraph.
E. Bidder has considered the information known to Bidder itself; information commonly
known to contractors doing business in the locality of the Site; information and
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 3
observations obtained from visits to the Site; the Bidding Documents; and any Site-related
reports and drawings identified in the Bidding Documents, with respect to the effect of
such information, observations, and documents on (1) the cost, progress, and performance
of the Work; (2) the means, methods, techniques, sequences, and procedures of
construction to be employed by Bidder; and (3) Bidder’s safety precautions and programs.
F. Bidder agrees, based on the information and observations referred to in the preceding
paragraph, that no further examinations, investigations, explorations, tests, studies, or data
are necessary for the determination of this Bid for performance of the Work at the price bid
and within the times required, and in accordance with the other terms and conditions of
the Bidding Documents.
G. Bidder is aware of the general nature of work to be performed by Owner and others at the
Site that relates to the Work as indicated in the Bidding Documents.
H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or
discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the
written resolution thereof by Engineer is acceptable to Bidder.
I. The Bidding Documents are generally sufficient to indicate and convey understanding of all
terms and conditions for the performance and furnishing of the Work.
J. The submission of this Bid constitutes an incontrovertible representation by Bidder that
Bidder has complied with every requirement of this Article, and that without exception the
Bid and all prices in the Bid are premised upon performing and furnishing the Work
required by the Bidding Documents.
NOTE(S) TO USER:
If any changes to these representations are made in the Bid Form, corresponding
changes may need to be made in both the Instructions to Bidders and the
Agreement.
ARTICLE 4 – BIDDER’S CERTIFICATION
4.01 Bidder certifies that:
A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed
individual or entity and is not submitted in conformity with any collusive agreement or
rules of any group, association, organization, or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false
or sham Bid;
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing
for the Contract. For the purposes of this Paragraph 4.01.D:
1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of
value likely to influence the action of a public official in the bidding process;
2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to
influence the bidding process to the detriment of Owner, (b) to establish bid prices at
artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and
open competition;
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 4
3. “collusive practice” means a scheme or arrangement between two or more Bidders,
with or without the knowledge of Owner, a purpose of which is to establish bid prices
at artificial, non-competitive levels; and
4. “coercive practice” means harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in the bidding process or
affect the e execution of the Contract.
E. Bidder is able to furnish labor that can work in harmony with all other elements of
labor employed or to be employed in the Work.
F. All employees to be employed at the worksite will have successfully completed a
course in construction safety and health approved by the United States Occupational
Safety and Health Administration that is at least 10 hours in duration at the time the
employee begins work and shall furnish documentation of successful completion of
said course for each employee.
G. Bidder certifies under penalties of perjury that this bid is in all respects bona fide, fair,
and made without collusion or fraud with any other person. As used in this paragraph,
the word “person” shall mean any natural person, joint venture, partnership,
corporation or other business or legal entity.
NOTE(S) TO USER:
For public work, relevant requirements of Laws and Regulations in the
jurisdiction where Work is to be performed should be coordinated with the
language of this paragraph.
ARTICLE 5 – BASIS OF BID
5.01 Bidder will complete the Work in accordance with the Contract Documents for the following
price(s):
NOTE(S) TO USER:
1. Note that language is provided for lump sum (three suggested formats),
lump sum allowances (two formats), a stipulated lump sum for an assigned
contract, unit price Bids, a price-plus-time bidding option, and cost-plus-fee
(two suggested fee formats). The contract pricing may include various
combinations of these methods. Inapplicable methods and language should
be deleted.
2. Provide sufficient space and arrange format so that Bidders will have
uniform understanding of how to submit prices.
[SUGGESTED FORMATS FOR LUMP SUM BID]
Lump Sum Bid Price $
[or]
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 5
Lump Sum Bid Price for Base Bid $
Alternate A [Add] [Deduct] $
Alternate B [Add] [Deduct] $
[or]
Lump Sum Bid Price for Section I only $
Lump Sum Bid Price for Section II only $
Lump Sum Bid Price for Sections I and II $
[and (if applicable)]
NOTE(S) TO USER:
Drafter should fill in the amounts below for allowances prior to distribution of
Bid Form
Lump Sum for Cash Allowances $
All specified cash allowances are included in the price(s) set forth above, and have been
computed in accordance with Paragraph 13.02 of the General Conditions.
[or] [and]
Lump Sum Contingency Allowance $
NOTE(S) TO USER:
1. If alternate Bids are requested, it is preferable that they be all “deductive” or
all “additive.” Alternates should be clearly specified in Division 01 of the
Specifications (General Requirements). The itemization in the Bid Form
should be clearly identifiable and carefully follow the Division 01
presentation. The Instructions should contain appropriate guidance for
preparing the Bid. Alternates should be accepted in a particular order, which
should be explained in the Instructions. The alternates should be listed here
in the Bid Form in order of priority.
2. To minimize the risk of error and to ensure objectivity in comparison of Bids,
a single lump sum Bid price for a complete project or section is preferable to
a total price determined by the sum of a list of individual lump sum items.
3. Allowances are addressed at Paragraph 13.02 of the General Conditions.
Cash allowances, if such are to be used, should be clearly specified in
Division 01. Language such as the following is typically used: "Allow the
lump sum of [$___] for the supply and installation of: [1. Amount and
description of Cash Allowance 1] [2. Amount and description of Cash
Allowance 2]." Owner or its representative (“drafter”) should add the cash
allowances and as noted above enter the sum in the Bid Form prior to
making the Bid Form available to prospective Bidders. Similarly, the Owner
establishes the contingency allowance, if any, and drafter should enter it in
the location indicated. If the contingency is to apply only to certain
categories of the Work, or if there are to be multiple contingency
allowances, revise as needed.
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 6
4. The following provisions apply only when a separate contract entered into
by the Owner for the Project will be assigned to the Contractor—in such
case, include the provisions as part of this Article 5 of the Bid Form:
4a. Below is a suggested format for incorporating into the Bid Form
language in support of the assignment of a procurement contract for the
purchase by Owner (as “Buyer”) of goods and special services from an
equipment manufacturer (as “Seller”), where the Owner intends to assign
the procurement contract to the Contractor.
4b. When the Project includes a procurement contract that will be assigned
to the Contractor, EJCDC suggests including in the construction contract Bid
Form a separate bid item for each procurement contract, with the
associated balance of the procurement contract price that has not yet been
paid by the Owner to the Seller at the time of the construction contract’s
Effective Date (Effective Date of the Contract). The drafter of the
construction contract Bid Form should explicitly indicate the specific amount
before the construction contract is advertised for Bids or negotiated, as
applicable. Thus, the construction Contract Price will include the unpaid
balance of the procurement contract price, allowing the Contractor to
invoice the Owner for payments that Contractor will make to the Seller after
the assignment is effective, and ensuring that the Contractor’s performance
bond and payment bond are each in an amount equal to the total price of
construction plus the amount of the procurement contract for which the
Contractor will be responsible. When the Contractor will furnish builder’s
risk or installation floater insurance for the Work, inclusion in the
construction Contract Price of the unpaid procurement contract amount will
aid in attaining insurance coverage that is sufficient to cover the procured
item.
4c. The amount to be stipulated for this bid item in the construction Bid
Form will often be the total procurement contract price minus the amount
paid by Owner to Seller for approval of the procurement contract shop
drawings.
4d. When the construction will be implemented under multiple prime
construction contracts, provisions relating to the assignment of the
procurement contract should be included only on the construction Bid Form
for the prime construction contract that is to incorporate the stipulated
procurement contract bid item.
4e. For additional information on assigning a procurement contract, refer to
EJCDC® P-001, Commentary on the EJCDC Procurement Documents. For
other recommended language on assignment to be incorporated into the
construction Bidding Requirements and construction Contract Documents,
refer to the Notes to User at Article 23 of EJCDC® P-200, Suggested
Instructions to Bidders for Procurement Contracts.
5. Drafter to specify amount below; see Note to User Nos. 4a-e, above.
Lump Sum Price for Contractor’s payment obligation to [indicate
here equipment being purchased, such as “centrifuge”] supplier or
manufacturer, as “Seller”, for goods and special services set forth in
assigned Procurement Contract No. ___
$
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 7
Bidder to include in other Bid item(s) the other costs (if any) associated with accepting such
assignment and administering the assigned contract.
Total of All Lump Sums $
[SUGGESTED FORMAT FOR UNIT PRICE BID]
Item
No. Description Unit
Estimated
Quantity
Bid Unit
Price Bid Price
Total of All Unit Price Bid Items $
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 8
DIVISION 1- MOBILIZATION
Item Item Description Unit Qty Unit Cost Amount
1 Mobilization/Demobilization LS 1
2 Preconstruction Audio/Video Recording LS 1
3 Preparation of As-built Drawings LS 1
4 O&M Manuals And Training LS 1
Place sub-total at right and below in the bid proposal DIVISION ONE SUB-TOTAL
DIVISION 2 - CLARIFIER REHABS
Item Item Description Unit Qty Unit Cost Amount
Clarifier #1 Rehab
1-5 Existing Clarifier Partial Demolition and Removal
EA 1
1-6 Clarifier Weir And Piping Modification EA 1
1-7 Clarifier Mechanism And Installation EA 1
1-8 Clarifier Concrete Floor Modifications EA 1
1-9 Clarifier Electrical Modifications EA 1
1-10 Clarifier Coatings (Interior and Exposed Exterior)
EA 1
1-11 Clarifier Stairs, Walkway, And Foam Spray System
EA 1
1-12 Weir Cleaning System And Installation EA 1
1-13 Clarifier Start-Up and Testing EA 1
1-14 Scum Pit and Piping Installation EA 1
1-15 Scum Pump And Control Panel Installation EA 1
1-16 Scum Pit Electrical Modifications EA 1
Clarifier #2 Rehab
2-5 Existing Clarifier Partial Demolition and Removal
EA 1
2-6 Clarifier Weir And Piping Modification EA 1
2-7 Clarifier Mechanism and Installation EA 1
2-8 Clarifier Concrete Floor Modifications EA 1
2-9 Clarifier Electrical Modifications EA 1
2-10 Clarifier Coatings (Interior and Exposed Exterior)
EA 1
2-11 Clarifier Stairs, Walkway, And Foam Spray System EA 1
2-12 Weir Cleaning System And Installation EA 1
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 9
2-13 Clarifier Start-Up and Testing EA 1
2-14 Scum Pit and Piping Installation EA 1
2-15 Scum Pump And Control Panel Installation
EA 1
2-16 Scum Pit Electrical Modifications EA 1
Clarifier #3 Rehab
3-5 Existing Clarifier Partial Demolition and Removal
EA 1
3-6 Clarifier Weir And Piping Modification EA 1
3-7 Clarifier Mechanism And Installation EA 1
3-8 Clarifier Concrete Floor Modifications EA 1
3-9 Clarifier Electrical Modifications EA 1
3-10 Clarifier Coatings (Interior and Exposed Exterior)
EA 1
3-11 Clarifier Stairs, Walkway, And Foam Spray System
EA 1
3-12 Weir Cleaning System And Installation EA 1
3-13 Clarifier Start-Up and Testing EA 1
3-14 Scum Pit and Piping Installation EA 1
3-15 Scum Pump And Control Panel Installation
EA 1
3-16 Scum Pit Electrical Modifications EA 1
Facility Modifications
17 4" Plug Valve EA 3
18 4" Ductile Iron Pipe LF 165
19 Chlorine System Modifications EA 1
20 Existing Clarifier #4 Weir Cleaning System
EA 1
21 Gravity Thickener Removal, Disposal, and Piping Modification
EA 1
22 Lightning Protection System EA 3
23 Scum Tank Modifications and Overflow Piping
EA 1
24 Scum Line Alterations EA 1
25 Sidewalk LF 100
26 Site Restoration LS 1
27 Collier County Building Permit Allowance LS 1 $30,000 $30,000
28 Structural Allowance LS 1 $100,000 $100,000
Place sub-total at right and below in the bid proposal DIVISION TWO SUB-TOTAL
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 10
BID PROPOSAL SUMMARY
DIVISION 1 - MOBILIATION AND MAINTENANCE OF TRAFFIC SUB-TOTAL
DIVISION 2 - CLARIFIER REHABS SUB-TOTAL
DIVISION ONE AND TWO SUB-TOTAL
TOTAL BID AMOUNT
Bidder acknowledges that (1) each Bid Unit Price includes an amount considered by Bidder to be
adequate to cover Contractor’s overhead and profit for each separately identified item, and (2)
estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids,
and final payment for all unit price Bid items will be based on actual quantities, determined as
provided in the Contract Documents.
Total of Lump Sum and Unit Price Bids = Total Bid Price $
NOTE(S) TO USER:
If unit prices are requested, whether it be a unit price Bid or in connection with a
lump sum or cost-plus contract, appropriate guidance for completing the Bid
Form should appear in the Instructions, and details with respect to what is
included in each unit price item should be included in the Specifications. Owner
or its representative should provide an estimated quantity in the Bid Form for
each item as defined or indicated in the Specifications. Read specifically
Paragraph 13.03 of the General Conditions and Paragraph SC-13.03 of the
Supplementary Conditions.
[SUGGESTED FORMAT FOR PRICE-PLUS-TIME BID]
Total Bid Price $__________.
Total number of calendar days to substantially complete the Work: _______ days.
Liquidated Damages Rate (from Agreement): $__________ /day.
NOTE(S) TO USER:
[Drafter should fill in the Liquidated Damages Rate, from Agreement, for use by
all Bidders.]
Amount for Comparison = Total Bid Price + (Calendar days for completion x Liquidated Damages
Rate) = __________.
The purpose of the formula above is only to calculate the lowest price-plus-time bid amount for
bid comparison purposes. The price for completion of the Work (the Contract Price) is the Total
Bid Price.
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 11
Bonds required under Paragraph 6.01 of the General Conditions will be based on the Contract
Price.
NOTE(S) TO USER:
1. The monetary value of each calendar day to complete the Work will typically
be the liquidated damages amount set forth in the Agreement for failing to
achieve Substantial Completion. In appropriate cases (for example, if there
are no liquidated damages stated) alternate wording to “Liquidated
Damages Rate” can be used, such as “Monetary Value for each Calendar
Day.” Regardless of the label, as noted above the per-day amount should be
specified in the Bid Form by Owner or its representative (“drafter”) before
distribution to Bidders.
2. If bids are on a cost-plus-fee basis (see suggested formats below), subject to
a guaranteed maximum price that will be used as the basis of comparison,
the “Price-Plus-Time” process can be used, with the following structure:
Guaranteed Maximum Price: $_______________.
Total number of calendar days to substantially complete the Work: _______ days.
Liquidated Damages Rate (from Agreement): $__________ /day. [Drafter should fill in the
Liquidated Damages Rate, from Agreement, for use by all Bidders.]
Amount for Comparison = Guaranteed Maximum Price + (Calendar days for completion x
Liquidated Damages Rate) = __________.
The purpose of the formula above is only to calculate the lowest price-plus-time bid amount for
bid comparison purposes. The price for completion of the Work (the Contract Price) is based on
the cost of the Work, plus a fee, subject to a guaranteed maximum price, as set forth in the
Agreement.
Bonds required under Paragraph 6.01 of the General Conditions will be based on the Contract
Price.
[SUGGESTED FORMATS FOR COST-PLUS-FEE BID]
The cost of the Work (other than Unit Price and other excluded Work), determined as provided
in Paragraph 13.01 of the General Conditions, together with the following fee, and subject to
the Guaranteed Maximum Price:
NOTE(S) TO USER:
Select one of the following methods to determine the Bidder’s fee.
Contractor’s fee will be a fixed sum of $_______________.
[or]
Contractor’s fee will be determined by applying the following percentages to the various
portions of the Cost of the Work as defined in Article 13 of the General Conditions:
Percent
Payroll costs
Material and Equipment Costs
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 12
Amounts paid to Subcontractors
Amounts paid to special consultants
Supplemental costs
None of the costs described in Paragraph 13.01.C of the General Conditions will be included in
determining Contractor’s fee.
The maximum amount payable to Contractor on account of this percentage fee will not exceed:
$_______________.
The Guaranteed Maximum Price to Owner of the Cost of the Work including Contractor’s Fee
will not exceed $_______________.
NOTE(S) TO USER:
1. In cost-plus-fee contracts, provide space for the Bid figures to be included in
the Agreement, such as varying percentages on which the Contractor’s fee
may be based and amount of Work to be subcontracted. Provide space for
the guaranteed maximum price(s) where applicable. See EJCDC® C-525,
Agreement between Owner and Contractor for Construction Contract, Cost-
Plus, 2013 Edition.
2. The Bid Form must be identical with that of the proposed Agreement, and
the format for submission of percentages and maximum amount organized
so as to permit the easy transfer of information in the Bid of the Successful
Bidder to the final Agreement that Owner and Contractor will execute.
3. In most cases cost-plus-fee contracts are negotiated or part of a proposal-
based selection process, rather than competitively bid. When competitive
bidding is used for cost-plus-fee, the most common criterion for comparison
of bids is a Guaranteed Maximum Price. For that reason, EJCDC assumes for
purposes of this Bid Form that a Guaranteed Maximum Price will apply to
the Cost of the Work plus Contractor's fee, and thus on cost-plus-fee
contracts the drafter should include and Bidders should complete the
Guaranteed Maximum Price provision. See EJCDC® C-525, Agreement
between Owner and Contractor for Construction Contract (Cost-Plus), 2013
Edition, Article 8.
4. See also the Instructions, Articles 14 and 19, including discussion of
customized bidding procedures for cost-plus-fee that use the Contractor’s
Fee for comparison purposes.
[END OF SUGGESTED BID FORMATS]
ARTICLE 6 – TIME OF COMPLETION
6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for
final payment in accordance with Paragraph 15.06 of the General Conditions on or before the
dates or within the number of calendar days indicated in the Agreement.
[or]
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 13
6.01 Bidder agrees that the Work will be substantially complete on or before _____, and will be
completed and ready for final payment in accordance with Paragraph 15.06 of the General
Conditions on or before _____.
[or]
6.01 Bidder agrees that the Work will be substantially complete within _____ calendar days after the
date when the Contract Times commence to run as provided in Paragraph 4.01 of the General
Conditions, and will be completed and ready for final payment in accordance with Paragraph
15.06 of the General Conditions within _____ calendar days after the date when the Contract
Times commence to run.
NOTE(S) TO USER:
1. Select one of the above paragraphs to establish the Contract Times for the
Work.
2. If the Contract Times are designated by the Owner prior to the receipt of
Bids, the first option should be selected in order to avoid a potential conflict
with the Agreement.
3. If Bidders are permitted to designate the Contract Times by calendar date,
the second option should be selected.
4. If Bidders are permitted to designate the Contract Times by calendar days,
the third option should be selected.
5. Bid Form language should follow exactly the language of the Agreement. For
some projects it may be desirable to include space for Bidders to indicate
variations in completion times, but note that in some jurisdictions it is
required that an award be made to the lowest Bidder regardless of time for
completion.
6. When the basis of award is a price-plus-time Bid, these time-of-completion
provisions must be carefully coordinated with the criteria for Bid
comparisons.
6.02 Bidder accepts the provisions of the Agreement as to liquidated damages.
NOTE(S) TO USER:
Provisions for liquidated damages should appear in the Agreement and may be
cross-referenced in other places in the Bidding Requirements and the Contract
Documents. It is unwise to repeat liquidated damages provisions in the Bid or to
summarize or paraphrase them here or elsewhere.
ARTICLE 7 – ATTACHMENTS TO THIS BID
7.01 The following documents are submitted with and made a condition of this Bid:
A. Required Bid security;
B. List of Proposed Subcontractors;
C. List of Proposed Suppliers;
D. List of Project References;
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 14
E. Evidence of authority to do business in the state of the Project; or a written covenant to
obtain such license within the time for acceptance of Bids;
F. Contractor’s License No.: __________ [or] Evidence of Bidder’s ability to obtain a State
Contractor’s License and a covenant by Bidder to obtain said license within the time for
acceptance of Bids;
G. Required Bidder Qualification Statement with supporting data; and
H. [List other documents and edit above as pertinent] If Bid amount exceeds $10,000, signed
Compliance Statement (RD 400-6). Refer to specific equal opportunity requirements set
forth in the Supplemental General Conditions.
I. If Bid amount exceeds $25,000, signed Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions (AD-1048);
J. If Bid amount exceeds $100,000, signed RD Instruction 1940-Q, Exhibit A-1, Certification
for Contracts, Grants, and Loans.
K. Manufacturers’ Certification letter of compliance with Section 746 of Title VII of the
Consolidated Appropriations Act of 2017 (Division A - Agriculture, Rural Development,
Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and
subsequent statutes mandating domestic preference for all equals or substitutes
approved by Addenda for American Iron and Steel products as provided in these Contract
Documents.
NOTE(S) TO USER:
1. The above paragraph should be coordinated with the Instructions. Some of
the items, such as the List of Proposed Subcontractors and List of Proposed
Suppliers, are commonly required to be submitted within a prescribed
number of days after the Bid, not with the Bid, and only by the apparent
Successful Bidder. See Instructions, Article 12. If no documents are required
to be submitted with the Bid, the paragraph may be eliminated.
2. Requirements as to Bid security should be contained in the Instructions (See
Instructions, Article 8). For recommended form of Bid Bond see EJCDC® C-
430 (Bid Bond, Penal Sum Form) and C-435 (Bid Bond, Damages Form).
3. Requirements for identifying Subcontractors and Suppliers, and for
indicating the amount of Work to be subcontracted in the case of cost-plus-
fee contracts, are to be set forth in the Instructions and Supplementary
Conditions.
4. Requirements as to qualifications of Bidders appear in the Instructions at
Article 3. EJCDC recommends the use of EJCDC® C-451, Qualifications
Statement.
5. Additional documents may have to be submitted with the Bid because of
Laws and Regulations applicable to the Project. List all of these so Bidders
are informed as to what is required.
ARTICLE 8 – DEFINED TERMS
8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions
to Bidders, the General Conditions, and the Supplementary Conditions.
Addendum #1
Revised Bid Form
EJCDC® C-410, Bid Form for Construction Contracts.
Copyright © 2013 National Society of Professional Engineers, American Council of Engineering Companies,
and American Society of Civil Engineers. All rights reserved. Page 15
NOTE(S) TO USER:
Careful attention to proper use of terms defined in the Instructions to Bidders,
the General Conditions, and Supplementary Conditions is most important.
ARTICLE 9 – BID SUBMITTAL
BIDDER: [Indicate correct name of bidding entity]
By:
[Signature]
[Printed name]
(If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach
evidence of authority to sign.)
Attest:
[Signature]
[Printed name]
Title:
Submittal Date:
Address for giving notices:
Telephone Number:
Fax Number:
Contact Name and e-mail address:
Bidder’s License No.:
(where applicable)
NOTE TO USER: Use in those states or other jurisdictions where applicable or required.
MATCH EXISTING EFFLUENT
PIPE CENTERLINE ELEVATION
TOP WALL
EXISTING TANK WALL
CORE DRILL HOLE INSTALL PIPE & LINK
SEAL AND GROUT ANNULAR SPACE (TYP)
CONNECT NEW PIPE TO
EXISTING PIPE W/SOLID SLEEVE
ALUMINUM V NOTCH WEIR PLATE
1
2
" X 1
1
2
" STAINLESS STEEL BOLT WITH
TWO WASHERS AND NUTS (TYP)
PROVIDE WATERTIGHT FLANGED CONNECTION
BETWEEN DI EFFLUENT PIPE AND ALUMINUM WEIR
TROUGH SUMP BOX
SEE WEIR TROUGH SECTION A
WEIR TROUGH SUMP BOX
ALUMINUM SCUM BAFFLE
PLATES (
3
16
" MIN THICKNESS)
NEW DI EFFLUENT PIPE
16" DI (CLARIFIER #1 & #2)
18" DI (FOR CLARIFIER #3)
1
2
" X6" STAINLESS STEEL
WEDGE ANCHORS (TYP)
WEIR TROUGH SUPPORT BRACES TO BE
WELDED ALUMINUM ANGLES 3"X3"X
1
4
"
1
2
" X 1
1
2
" STAINLESS STEEL BOLT WITH
TWO WASHERS AND NUTS (TYP)
1' 8"
1'
1' 4"
2' 3"
2' 10"
WEIR TROUGH DETAIL
N.T.S.
NOTES:
1. WEIR PLATE AND TROUGH ARE TO BE SHOP FABRICATED IN SECTIONS AND BOLTED TOGETHER IN THE FIELD
2. CONTRACTOR TO FIELD VERIFY ALL DIMENSIONS PRIOR TO FABRICATION.
3. KNEE BRACES SHALL BE SPACED AT 10' MAXIMUM C/C DISTANCE AS MEASURED ALONG THE CIRCUMFERENCE OF THE
TANK.
1' 8"
1' 0"
1' 4"
WEIR TROUGH SECTION A
N.T.S.
NOTES:
1. ALUMINUM PLATES 3/16" MIN THICKNESS.
CONTINUOUS FILLET WELD INSIDE
CORNERS, CONTINUOUS BUTT WELD
OUTSIDE CORNERS
2. MAXIMUM ARC LENGTH FOR ANY SINGLE
SECTION IS 10'.
12' MAX
6"
3"
9"
3"
6"
9
16
" X 1" SLOTTED HOLES
SPACED AT 24" ON CENTER
ALUMINUM WEIR
PLATE
1
8
" THICK
WEIR PLATE DETAIL
N.T.S.
NOTES:
1. WEIR PLATE DETAIL IS SHOWN IN FLATTENED
VIEW. CURVATURE TO MATCH TROUGH
3"
MINIMUM
WEIR TROUGH
SECTION
BOLT CIRCLE PATTERN
TO MATCH FLANGED
DIP BOLT CIRCLE
WEIR PLATE
WEIR TROUGH SUMP BOX SECTION
N.T.S.
10' MAXIMUM ARC LENGTH
WEIR TROUGH SECTION
N.T.S.
CLARIFIER WEIR DETAIL - IWSD CLARIFIER REHAB PROJECT
ADDENDUM #1
LIMITED NESHAP ASBESTOS SURVEY
AND ASSESSMENT REPORT FOR
IMMOKALEE WATER AND SEWER DISTRICT CLARIFIER PROJECT
140 WHITE WAY IMMOKALEE, FL 34142
Ardaman & Associates, Inc.
OFFICES
Orlando - 8008 S. Orange Avenue, Orlando, FL 32809 - Phone: 407-855-3860 Bartow - 1525 Centennial Blvd., Bartow, FL 33830 - Phone: 863-533-0858
Baton Rouge - 316 Highlandia Drive, Baton Rouge, LA 70810 - Phone: 225-752-4790 Cocoa - 1300 N. Cocoa Blvd., Cocoa, FL 32922 - Phone: 321-632-2503
Fort Myers - 9970 Bavaria Road, Fort Myers, FL 33913 - Phone: 239-768-6600 Miami - 2608 W. 84th Street, Hialeah, FL 33016 - Phone: 305-825-2683 Monroe - 338 Fontana Road, Monroe, LA 71203 - Phone: 318-343-0900
New Orleans - 1305 Distributors Row, Suite I, Jefferson, LA 70123 - Phone: 504-835-2593 Port St. Lucie - 460 NW Concourse Place, Unit #1, Port St. Lucie, FL 34986 - Phone: 772-878-0072
Sarasota - 78 Sarasota Center Blvd., Sarasota, FL 34240 - Phone: 941-922-3526 Shreveport - 7222 Greenwood Road, Shreveport, LA 71119 - Phone: 318-636-3673
Tallahassee - 3175 West Tharpe Street, Tallahassee, FL 32303 - Phone: 850-576-6131 Tampa - 3925 Coconut Palm Drive, Suite 115, Tampa, FL 33619 - Phone: 813-620-3389
West Palm Beach - 2200 N. Florida Mango Road, Suite 101, West Palm Beach, FL 33409 - Phone: 561-687-8200
MEMBERS: American Concrete Institute
American Council of Engineering Companies ASTM International
Geo-Institute Geoprofessional Business Association Society of American Military Engineers
Ardaman & Associates, Inc.
Geotechnical, Environmental and Materials Consultants
9970 Bavaria Road, Fort Myers, Florida 33913 Phone: (239) 768-6600 Fax: (239) 768-0409
Louisiana: Baton Rouge, Monroe, New Orleans, Shreveport
Florida: Bartow, Cocoa, Fort Myers, Miami, Orlando, Port St. Lucie, Sarasota, Tallahassee, Tampa, W. Palm Beach
May 6, 2020
Ardaman Project Number: 20-4323
TO: Immokalee Water and Sewer District 1020 Sanitation Road Immokalee, FL 34142 Attention: Sarah Catala, Executive Director VIA: SarahCatala@iw-sd.com SUBJECT: Limited NESHAP Asbestos Survey and Assessment Report for Immokalee Water and Sewer District Clarifier Project 140 White Way Immokalee, FL 34142 Dear Sarah:
As requested, Ardaman & Associates, Inc. (Ardaman) has completed a limited
NESHAP asbestos survey of the building materials suspected of containing asbestos
within the above referenced facility. This report will present the results of our limited
asbestos survey as well as our conclusions and recommendations.
This survey report was prepared for the exclusive use of Immokalee Water and
Sewer District as detailed in our proposal dated April 21, 2020 and authorized on
April 30, 2020 to identify the presence, quantity, and condition of asbestos containing
materials (ACM) at the above referenced property in accordance with generally
accepted practices. No other warranty, expressed or implied, is made.
Report of Limited NESHAP Asbestos Survey and Assessment for May 6, 2020 Clarifier Rehab Project Ardaman Project No. 20-37-4323 Immokalee, Collier County, Florida
Ardaman & Associates, Inc.
It is a pleasure being of assistance to you on this project. Please contact our office when
we may be of further service or should you have any questions concerning this report.
Very truly yours,
Ardaman & Associates, Inc. Florida Certificate of Authorization No. 00005950 Jaren J. Skinner Certified Asbestos Inspector Certificate No. 31520910
Ashby B. Hoover Jr., P.E. Asbestos Consultant License No. AX94
Table of Contents
OFFICES ....................................................................................................................................... 1
SUMMARY .................................................................................................................................... 1
2. BUILDING CONSTRUCTION AND SYSTEMS .............................................................. 3
2.1. Building Description – Cart Barn & Pro Shop ..................................................... 3
3. SURVEY PROCEDURES ................................................................................................... 3
3.1. Suspect Asbestos Containing Materials ............................................................... 5
4. BULK SAMPLE RESULTS................................................................................................. 5
4.1. Asbestos Containing Materials ............................................................................... 5
4.2. Removal Notification Requirement......................................................................... 6
5. CONCLUSIONS .................................................................................................................... 6
6. CLOSURE .............................................................................................................................. 6
APPENDICES
Appendix I Schematic Floor-Plan Diagram/Sample Locations - Figure 1
Appendix II Laboratory Analysis Results and Chain-of-Custody
Appendix III Photographs
Appendix IV Asbestos Removal Form and Fee Schedule.
Appendix V Accreditation
Report of Limited NESHAP Asbestos Survey and Assessment for May 6, 2020 Clarifier Rehab Project Ardaman Project No. 20-37-4323 Immokalee, Collier County, Florida Page No. 1
Ardaman & Associates, Inc.
SUMMARY
Ardaman has completed the limited NESHAP asbestos survey and assessment of the building
materials suspected of containing asbestos prior to demolition of the Immokalee Water and Sewer
District WWTP clarifier tank. This report was limited to specific areas to be demolished, including
a clarifier tank, associated concrete pad and piping. The facility is located at 140 White Way,
Immokalee, Collier County, Florida. This survey was performed on May 4, 2020 to identify the
presence, quantity and condition of asbestos containing materials (ACM) in these specific areas
to be affected by the demolition.
Listed below are the materials sampled for this asbestos survey.
HA MATERIAL DESCRIPTION LOCATION
1 Pipe Joint Gaskets Piping
2 Tank Plate Joint Lining Tank
3 Concrete Tank pad
The results of the laboratory bulk sample analysis indicated that the above suspect materials do
not indicate the presence of asbestos.
Report of Limited NESHAP Asbestos Survey and Assessment for May 6, 2020 Clarifier Rehab Project Ardaman Project No. 20-37-4323 Immokalee, Collier County, Florida Page No. 2
Ardaman & Associates, Inc.
1. INTRODUCTION
Ardaman performed a Limited NESHAP Asbestos Survey and Assessment of the Immokalee
Water and Sewer District WWTP clarifier tank, located at 140 White Way, Immokalee, Collier
County, Florida, to identify Asbestos Containing Building Materials (ACBM). On May 4, 2020, the
asbestos survey was conducted by Jaren Skinner, Inspector for Ardaman, Certificate No.
31520910. The purpose of this report is to identify the locations and asbestos content of friable
and/or non-friable ACBM and provide an assessment of the ACBM for information prior to the
proposed demolition of the tank.
Friable materials are materials that can be reduced to powder with hand pressure such as
fireproofing, sprayed on acoustic ceilings, pipe and thermal systems insulation. Non-Friable
materials are materials such as floor tile, sheet vinyl, roofing material, adhesives, and plasters.
Friable materials are of greatest concern from a health and safety point of view because of their
ease of fiber release.
Report of Limited NESHAP Asbestos Survey and Assessment for May 6, 2020 Clarifier Rehab Project Ardaman Project No. 20-37-4323 Immokalee, Collier County, Florida Page No. 3
Ardaman & Associates, Inc.
2. BUILDING CONSTRUCTION AND SYSTEMS
2.1. Building Description –
Building Materials
Year of Construction: Unknown 2004-
Number of Floors: 1
Structural Data
Floor Decks: Concrete
Structural Support: Metal
Roofing Components: Metal
Exterior Siding: Metal
Interior Finishing:
Ceilings: Metal
Walls: Metal
Flooring: Concrete
Insulation: None
Mechanical Data
HVAC System: None Boiler: None
Ductwork: None Chiller: None
Gaskets: Rubber Insulated Piping: None
Vibration Isolators: None
3. SURVEY PROCEDURES
A visual survey, without sampling, was initially conducted to identify homogeneous areas (HA) of
suspect materials, establish the estimated general quantities of these materials, and to develop
a scheme for obtaining representative bulk samples. Homogeneous materials are like in color,
size, texture, and date of application. A bulk-sampling plan was then established for each
homogeneous area and bulk samples of representative homogeneous materials were randomly
obtained. The materials were further examined on the site to assess their physical condition and
potential for disturbance. It should be noted that some materials may be masked or hidden by
overlying materials. While reasonable effort was made to collect and analyze samples of all
suspect materials, some may remain unobserved by the inspection. The survey was a function of
the building plan made available for our review and/ or our relatively non-destructive visual
inspection. In general, non-destructive inspection and sampling procedures were incorporated
which allow assessment of reasonably accessible building materials. The inaccessible areas of
the structures (inside partitions or other sealed areas,), if identified at a later date, should be
Report of Limited NESHAP Asbestos Survey and Assessment for May 6, 2020 Clarifier Rehab Project Ardaman Project No. 20-37-4323 Immokalee, Collier County, Florida Page No. 4
Ardaman & Associates, Inc.
assumed to contain asbestos containing building materials until exposed to visual or physical
inspection.
Bulk samples were analyzed by Polarized Light Microscopy in accordance with EPA Method
600/R-93/116. Polarized Light Microscopy is an analytical method recommended by the EPA for
asbestos identification based on analysis of the unique optical properties of mineral forms in the
samples. A total of 7 bulk samples were obtained during this survey from the following suspect
materials.
Report of Limited NESHAP Asbestos Survey and Assessment for May 6, 2020 Clarifier Rehab Project Ardaman Project No. 20-37-4323 Immokalee, Collier County, Florida Page No. 5
Ardaman & Associates, Inc.
3.1. Suspect Asbestos Containing Materials
SUSPECT MATERIALS
HA MATERIAL DESCRIPTION LOCATION
1 Pipe Joint Gaskets Piping
2 Tank Plate Joint Lining Tank
3 Concrete Tank pad
Sample locations are identified on Figure 1 in Appendix I. All observed suspect materials were
sampled.
4. BULK SAMPLE RESULTS
4.1. Asbestos Containing Materials
Based on our observation and inspection of the suspect materials that that may be affected by
the demolition and the results of the laboratory analysis of bulk samples, we have concluded that
none of the suspect and sampled materials contain asbestos. A copy of the analysis results from
EMSL Analytical Inc. along with the Chain-of-Custody is located in Appendix II. Photographs of
the subject facility and the materials tested are presented in Appendix III.
Report of Limited NESHAP Asbestos Survey and Assessment for May 6, 2020 Clarifier Rehab Project Ardaman Project No. 20-37-4323 Immokalee, Collier County, Florida Page No. 6
Ardaman & Associates, Inc.
4.2. Removal Notification Requirement
There is a 10-day notification requirement to the Department of Environmental Protection before
renovation affecting regulated amounts of asbestos or demolition of any building. A notification
form and fee schedule can be found in Appendix IV. It is now acceptable to complete the form
and pay online. Log on to the Florida Business Portal at http://www.fldepportal.com/go/. A copy
of the asbestos survey shall be kept on site where the demolition is taking place until the
demolition is completed.
5. CONCLUSIONS
In regard to the asbestos, the demolition of the Immokalee Water and Sewer District WWTP
clarifier tank located at 140 White Way, Immokalee, Collier County, Florida may proceed. The
Florida Department of Environmental Protection’s Air Quality Department requires a copy of the
asbestos survey be kept on site where the demolition is taking place until the demolition is
completed.
Although this asbestos survey uncovered no evidence of suspect materials, the survey was a
function of the building plan made available for our review and/ or our relatively non-destructive
visual inspection. In general, non-destructive inspection and sampling procedures were
incorporated which allow assessment of reasonably accessible building materials. The
inaccessible areas of the structures (inside partitions or other sealed areas,), if identified at a later
date, should be assumed to contain asbestos containing building materials until exposed to visual
or physical inspection. Should additional suspect building materials that were not identified in this
report be discovered during the course of future demolition activities, immediately cease all work
activity and secure the area until such time as these materials can be analyzed to determine
asbestos content prior to their disturbance. In the event these materials are determined to contain
regulated levels of asbestos, contact Ardaman & Associates, Inc. for an appropriate response.
6. CLOSURE
The survey was a function of the observable areas of the building. In general, only reasonably
accessible building materials were sampled. Should additional suspect building materials that
were not identified in this report be discovered during the course of future demolition activities,
Report of Limited NESHAP Asbestos Survey and Assessment for May 6, 2020 Clarifier Rehab Project Ardaman Project No. 20-37-4323 Immokalee, Collier County, Florida Page No. 7
Ardaman & Associates, Inc.
immediately cease all work activity and secure the area until such time as these materials can be
analyzed to determine asbestos content prior to their disturbance. In the event these materials
are determined to contain regulated levels of asbestos, contact Ardaman & Associates, Inc. for
an appropriate response.
The procedures and methodologies employed in this study were “generally” and “partially”
according to the requirements outlined under AHERA, 40 CFR, and Part 763. Although the
requirements under this federal statute are not applicable for private buildings, this document is
“generally” accepted as the prevailing standard of care with respect to asbestos surveys or
inspections. The bulk samples were submitted to an NVLAP approved laboratory for analysis
using EPA approved methods or industry accepted standards. No other warranty is expressed
or implied.
This facility survey report is the property of Ardaman & Associate, Inc. and is provided to the Client
as an Instrument reflecting the services provided. Ardaman disclaims all liability for the
unauthorized use of this survey report by the client or third parties and any such unauthorized
used will be at the user’s own risk.
Appendix I
Schematic Floor-Plan Diagrams/Sample Locations – Figure 1
Sample Location Plan
Date:
Figure No.:
AAI Project No.:Asbestos Demolition Survey
1
SITE:
LOCATION:
May 6, 2019White Way
Immokalee, Collier County, FL
Immokalee WWTP
20-4323
Approximate Sample Location
Sample Locations are Approximate
003
001
002
004
005006
007
Appendix II
Laboratory Analysis Results and Chain-of-Custody
EMSL Analytical, Inc.19501 NE 10th Ave. Bay A N. Miami Beach, FL 33179
Tel/Fax: (305) 650-0577 / (305) 650-0578
http://www.EMSL.com / miamilab@emsl.com
172002517EMSL Order:
Customer ID: ARDA52
Customer PO:
Project ID:
Attention: Phone:Jaren Skinner (239) 768-6600
Fax:Ardaman & Associates (239) 768-0409
Received Date:9970 Bavaria Road 05/05/2020 9:36 AM
Analysis Date:Fort Myers, FL 33913 05/05/2020 - 05/06/2020
Collected Date: 05/04/2020
Project: Imokalee - 20-4323
Test Report: Asbestos Analysis of Bulk Materials via EPA 600/R-93/116 Method using Polarized
Light Microscopy
Sample Description Appearance % Fibrous % Non-Fibrous
Non-Asbestos Asbestos
% Type
001
172002517-0001
None DetectedNon-fibrous (Other)98%Cellulose
Synthetic
2%
<1%
Black
Non-Fibrous
Homogeneous
Pipe Joints
002
172002517-0002
None DetectedNon-fibrous (Other)98%Cellulose
Synthetic
2%
<1%
Black
Non-Fibrous
Homogeneous
Pipe Joints
003
172002517-0003
None DetectedNon-fibrous (Other)98%Cellulose
Synthetic
2%
<1%
Black
Non-Fibrous
Homogeneous
Pipe Joints
004
172002517-0004
None DetectedNon-fibrous (Other)100%Gray/White
Non-Fibrous
Homogeneous
Conical Plate Lining
005
172002517-0005
None DetectedNon-fibrous (Other)100%Gray/White
Non-Fibrous
Homogeneous
Conical Plate Lining
006
172002517-0006
None DetectedNon-fibrous (Other)100%Gray/White
Non-Fibrous
Heterogeneous
Conical Plate Lining
007
172002517-0007
None DetectedNon-fibrous (Other)100%Gray
Non-Fibrous
Homogeneous
Concrete
Analyst(s)
Joe McOscar (6)
Mary Hamel (1)
Kimberly Wallace, Laboratory Manager
or Other Approved Signatory
EMSL maintains liability limited to cost of analysis . The above analyses were performed in general compliance with Appendix E to Subpart E of 40 CFR (previously EPA 600/M4-82-020 "Interim
Method"), but augmented with procedures outlined in the 1993 ("final") version of the method. This report relates only to the samples reported above, and may not be reproduced, except in full, without
written approval by EMSL. EMSL bears no responsibility for sample collection activities or analytical method limitations . Interpretation and use of test results are the responsibility of the client. All
samples received in acceptable condition unless otherwise noted. This report must not be used by the client to claim product certification, approval, or endorsement by NVLAP, NIST or any agency of
the federal government. EMSL recommends gravimetric reduction for all non -friable organically bound materials prior to analysis. Estimation of uncertainty is available on request.
Samples analyzed by EMSL Analytical, Inc. N. Miami Beach, FL NVLAP Lab Code 200204-0
Initial report from: 05/06/2020 07:22:17
Page 1 of 1ASB_PLM_0008_0001 - 1.78 Printed: 5/6/2020 7:22 AM
Site Photographs
20-4323
May 2020
Photo 1 – HA 1- Pipe gaskets.
Photo 2 –HA2: Tank joint lining.
Site Photographs
20-4323
May 2020
Photo 3 – HA3: FConcrete slab.
NOTICE OF DEMOLITION OR ASBESTOS RENOVATION
TYPE OF NOTICE (CHECK ONE ONLY): ORIGINAL REVISED CANCELLATION COURTESYTYPE OF PROJECT (CHECK ONE ONLY): DEMOLITION RENOVATION
IF DEMOLITION, IS IT AN ORDERED DEMOLITION? YES NOIF RENOVATION:
IS IT AN EMERGENCY RENOVATION OPERATION? YES NOIS IT A PLANNED RENOVATION OPERATION? YES NO
I. Facility Name _
Address
City State Zip _ County
Site Consultant Inspecting Site
Building Size (Square Feet) # of Floors Building Age in Years
Prior Use: School/College/University Residence Small Business Other
Present Use: School/College/University Residence Small Business Other
II. Facility Owner Phone ( ) Email Address _______
Address
City State _ Zip
III. Contractor's Name Phone ( ) Email Address _______
Address _
City State Zip
Is the contractor exempt from licensure under section 469.002(4), F.S.? YES NO
IV. Scheduled Dates: (Notice must be postmarked 10 working days before the project start date)
Asbestos Removal (mm/dd/yy) Start: Finish: Demo/Renovation (mm/dd/yy) Start: Finish:
V. Description of planned demolition or renovation work to be performed and methods to be employed, including demolition or renovation techniquesto be used and description of affected facility components.
Procedures to be Used (Check All That Apply):
Strip and Removal Glove Bag Bulldozer Wrecking Ball
Wet Method Dry Method Explode Burn Down
OTHER:
VI. Procedures for Unexpected RACM:
VII. Asbestos Waste Transporter: Name Phone ( )
Address
City State Zip _______
VIII. Waste Disposal Site: Name _ Class
Address
City State Zip
IX. RACM or ACM: Procedure, including analytical methods, employed to detect the presence of RACM and Category I and II nonfriable ACM.
X. Fee Invoice Will Be Sent to Address in Block Below: (Print or Type)
Name:
Address:
City:
State/Zip:
*Identify and describe surfacing material and other materials as applicable:
I certify that the above information is correct and that an individual trained in the provisions of this regulation (40 CFR Part 61, Subpart M) will be on-siteduring the demolition or renovation and evidence that the required training has been accomplished by this person will be available for inspection duringnormal business hours.______________________________________________________________ ______________________________________________(Print Name of Owner/Operator) (Date)
______________________________________________________________ ______________________________________________
(Signature of Owner/Operator) (Date)
DEP USE ONLY Postmark/Date Received ID#
DEP Form 62-257.900(1)Effective 10-12-08
Page 1 of 2
Florida Department of
Environmental ProtectionDivision of Air Resource Management
Amount of RACM or ACM*RACM ACM
square feet surfacing material
linear feet pipe
cubic feet of RACM off facility components
square feet cementitious material
square feet resilient flooring
square feet asphalt roofing
Instructions
The state asbestos removal program requirements of s. 376.60, F.S., and the renovation or demolition noticerequirements of the National Emission Standards for Hazardous Air Pollutants (NESHAP), 40 CFR Part 61, Subpart M, asembodied in Rule 62-257, F.A.C., are included on this form.
Check to indicate whether this notice is an original, a revision, a cancellation, or a courtesy notice (i.e., not required bylaw). If the notice is a revision, please indicate which entries have been changed or added.
Check to indicate whether the project is a demolition or a renovation.If you checked demolition, was it ordered by the State or a local government agency? If so, in addition to the
information required on the form, the owner/operator must provide the name of the agency ordering the demolition, thetitle of the person acting on behalf of the agency, the authority for the agency to order the demolition, the date of theorder, and the date ordered to begin. A copy of the order must also be attached to the notification.
If you checked renovation, is it an emergency renovation operation? If so, in addition to the informationrequired on the form, the owner/operator must provide the date and hour the emergency occurred, the description of thesudden, unexpected event, and an explanation of how the event caused unsafe conditions or would cause equipmentdamage or an unreasonable financial burden. If you checked renovation and it is a planned renovation operation,please note that the notice is effective for a period not to exceed a calendar year of January 1 through December 31.
I. Complete the facility information. This section describes the facility where the renovation or demolition is scheduled.This address will be used by the Department inspector to locate the project site. Provide the name of the consultantor firm that conducted the asbestos site survey/inspection. For “prior use” check the appropriate box to indicatewhether the prior use of the facility is that of a school, college, or university; residence, as “residential dwelling” isdefined in Rule 62-257.200, F.A.C.; small business, as defined in s. 288.703(1), F.S.; or other. If “other” is checked,identify the use. Please follow the same instructions for “present use.”
II. Complete the facility owner information.
III. Complete the contractor information.
IV. List separately the scheduled start and finish dates (month/day/year) for both the asbestos removal portion of theproject and the renovation or demolition portion of the project.
V. Describe and check the methods and procedures to be used for a planned demolition or renovation. Include adescription of the affected facility components. (Note: The NESHAP for asbestos, which is adopted and incorporatedby reference in Rule 62-204.800, F.A.C., requires obtaining Department approval prior to using a dry removal methodin accordance with 40 CFR section 61.145(3)(c)(i).)
VI. Describe the procedures to be used in the event unexpected RACM is found or previously nonfriable asbestosmaterial becomes crumbled, pulverized, or reduced to powder after start of the project.
VII. Complete the asbestos waste transporter information.
VIII. Complete the waste disposal site information.
IX. List the amount of RACM or ACM of each type of asbestos to be removed. (Note: A volume measurement of RACMoff facility components is only permissible if the length or area could not be measured previously.) Identify anddescribe the listed surfacing material and other listed materials as applicable.
X. Provide the address where the Department is to send the invoice for any fee due. Do not send a fee with thenotification. The fee will be calculated by the Department pursuant to Rule 62-257.400, F.A.C.
Sign the form and mail the original to the district or local air program having jurisdiction in the county where the project isscheduled (DO NOT FAX). The correct address can be obtained by contacting the State Asbestos Coordinator at:Department of Environmental Protection, Division of Air Resources Management, 2600 Blair Stone Road, Tallahassee, FL32399-2400.
DEP Form 62-257.900(1)Effective 10-12-08
Page 2 of 2
1
CHAPTER 62-257ASBESTOS PROGRAM
62-257.100 Purpose and Scope (Repealed 2/16/12)62-257.200 Definitions (Effective 2/9/99)62-257.300 Applicability (Repealed)62-257.301 Notification Procedure and Fee (Effective 10/12/08)62-257.350 National Emission Standard for Asbestos (Repealed)62-257.400 Fee Schedule (Effective 2/9/99)62-257.401 Enforcement (Repealed)62-257.900 Form (Effective 10/12/08)
62-257.100 Purpose and Scope.
Rulemaking Authority 376.60, 403.061 FS. Law Implemented 376.60, 403.061 FS. History New 3-31-94, Formerly 17-257.100,
Amended 11-23-94, 3-24-96, 2-9-99, Repealed 2-16-12.
62-257.200 Definitions.
cummingtonite-grunerite, anthophyllite, and actinolite-tremolite and includes trade acronyms products such as
amosite.
-
as determined by Polarized Light Microscopy.
removal of a threshold amount of regulated asbestos-containing material.
- means asbestos-containing packings,
gaskets, resilient floor covering, and asphalt roofing products containing more than 1 percent asbestos as determined
using the method specified in Appendix A, Subpart F, 40 CFR Part 763, Section 1, Polarized Light Microscopy.
more than 1 percent asbestos as determined using the methods specified in Appendix A, Subpart F, 40 CFR Part
763, Section 1, Polarized Light Microscopy, that, when dry, cannot be crumbled, pulverized, or reduced to powder
by hand pressure.
-supporting structural member of a facility
together with any related handling operations or the intentional burning of any facility.
sudden, unexpected event that, if not immediately attended to, presents a safety or public health hazard, is necessary
to protect equipment from damage, or is necessary to avoid imposing an unreasonable financial burden. This term
includes operations necessitated by nonroutine failures of equipment.
-204.800,
F.A.C.
using the method specified in Appendix A, Subpart F, 40 CFR Part 763 Section 1, Polarized Light Microscopy that,
when dry, can be crumbled, pulverized, or reduced to powder by hand pressure. If the asbestos content is less than
10 percent as determined by a method other than point counting by Polarized Light Microscopy (PLM), verify the
asbestos content by point counting using PLM.
-257, F.A.C., only, means a county air pollution control
program which meets the criteria of Section 403.182(1), F.S.
equipment, which is expected to occur within a given period based on past operating experience, but for which an
exact date cannot be predicted.
2
because the facility is structurally unsound and in danger of imminent collapse.
ses, operates, controls, or supervises either
the renovation or demolition operation or the site of the renovation or demolition operation.
regulated asbestos-containing material will be removed or stripped within a given period of time and that can be
predicted. Individual nonscheduled operations are included if a number of such operations can be predicted to occur
during a given period of time based on operating experience.
Operations in which load-supporting structural members are wrecked or taken out are demolitions.
-Contai
(a) Friable asbestos material;
(b) Category I nonfriable ACM that has become friable;
(c) Category I nonfriable ACM that will be or has been subjected to sanding, grinding, cutting, or abrading; or
(d) Category II nonfriable ACM that has become crumbled, pulverized, or reduced to powder or has a high
probability of becoming crumbled, pulverized, or reduced to powder by the forces expected to act on the material in
the course of demolition or renovation operations regulated by 40 CFR Part 61, Subpart M, as adopted in this
chapter.
building having no more than four dwelling units. This term is not intended to include any institutional, commercial,
public, or industrial structure, installation or building, any structure or building being demolished as part of a public
project, regardless of its previous use, function or ownership, or any building, structure or installation being used
partly for residential purposes and partly for commercial, public or industrial use.
Air Resources Management to serve as the statewide coordinator for the asbestos program.
-
least 160 square feet on other facility components, or at least 35 cubic feet off facility components where the length
or area could not be measured previously.
through Friday.
Rulemaking Authority 376.60, 403.061 FS. Law Implemented 376.60, 403.061 FS. History New 3-31-94, Formerly 17-257.200,
Amended 11-23-94, 2-9-99.
62-257.301 Notification Procedure and Fee.
(1) The notice requirements of Chapter 62-257, F.A.C., Asbestos Program, apply to each owner or operator of a
renovation of a facility involving the removal of a threshold amount of regulated ACM or any demolition of a
facility regardless of whether or not asbestos is present and to each owner or operator of the site for a renovation of a
facility involving the removal of a threshold amount of regulated ACM or any demolition of a facility regardless of
whether or not asbestos is present.
(2) If a notice is required per subsection 62-
ted under subsection 62-257.900(1), F.A.C., or an
electronically generated facsimile thereof, is required.
(a) The notice will be complete when the owner or operator legibly provides all the information requested on
e, the additional information required by 40 CFR 61.145(b), adopted and
incorporated by reference in Rule 62-204.800, F.A.C., for ordered demolitions or emergency renovation operations.
(b) The notice will be timely when the owner or operator mails it or delivers it to the Local Air Program or,
where there is no Local Air Program, to the Department's District Office having jurisdiction over the site of the
renovation or demolition operation, so that it is postmarked or received:
1. At least 10 working days prior to the start of the renovation or demolition operation; or
3
2. No later than the following working day after an emergency renovation operation or ordered demolition; or
3. At least 10 working days prior to the end of the calendar year preceding the year for which a planned
renovation operation notice is being given.
(3) The owner or operator who submits a single planned renovation operation notification involving small
individual nonscheduled operations shall indicate on the notice form the total amount of regulated asbestos-
containing material predicted to be removed during the calendar year based on operating experience.
(4) If after the start of the project it is determined that at least 20 percent more regulated asbestos-containing
material than originally reported to the Department is to be removed, the owner or operator shall submit a revised
notification according to Rule 62-257.301, F.A.C.
(5) This notification form, when complete and timely submitted, will satisfy the notification requirements of the
(6) Except in the following situations, the owner or operator of an asbestos removal project shall pay a fee
calculated pursuant to Rule 62-257.400, F.A.C., Fee Schedule.
(a) The Depar
dwelling as defined in Rule 62-257.200, F.A.C.
under Section 469.002(4), F.S.
located collects a fee for providing asbestos notification and inspection services according to 40 CFR 61, Subpart M,
adopted and incorporated by reference in Rule 62-204.800, F.A.C.
(d) The fee to be paid by a small business, as small business is defined in Section 288.703, F.S., shall not
exceed $300.
Rulemaking Authority 376.60, 403.061 FS. Law Implemented 376.60, 403.061 FS. History New 3-31-94, Formerly 17-257.301,
Amended 11-23-94, 3-24-96, 2-9-99, 10-12-08.
62-257.400 Fee Schedule.
Except as noted in subsection 62-257.301(6), F.A.C., each asbestos removal project fee shall be calculated in
accordance with the following fee schedule; however, no fee shall exceed $1,000 for the total of square, linear, and
cubic feet of regulated asbestos-containing material to be removed:
REGULATED ASBESTOS-CONTAINING MATERIAL TO BE REMOVED FEE
0-159 square feet $ 0
0-259 linear feet $ 0
160-420 square feet $ 100
260-420 linear feet $ 100
but if, square plus linear feet totals 421 or greater, then pay:
421-2,000 $ 200
2,001-3,000 $ 300
3,001-4,000 $ 400
4,001-5,000 $ 500
5,001-6,000 $ 600
6,001-7,000 $ 700
7,001-8,000 $ 800
8,001-9,000 $ 900
Greater than 9,000 $1000
and for total cubic feet, if applicable, pay:
0-34 $ 0
35-44 $ 200
45-54 $ 400
4
55-64 $ 600
65-74 $ 800
Greater than 74 $1000
Rulemaking Authority 376.60 FS. Law Implemented 376.60 FS. History New 3-31-94, Formerly 17-257.400, Amended 11-23-94,
2-9-99.
62-257.900 Form.
The form with instructions used by the Department in the asbestos air regulatory program is adopted and
incorporated herein by reference. Copies of the form and instructions may be obtained by writing to the State
Asbestos Coordinator, Division of Air Resource Management, 2600 Blair Stone Road, Tallahassee, Florida 32399-
2400. The form is also available on the internet at www.dep.state.fl.us/air
at Local Air Program offices.
-257.900(1), effective 10-12-08.
Rulemaking Authority 376.60, 403.061 FS. Law Implemented 376.60, 403.061 FS. History New 3-31-94, Formerly 17-257.900,
Amended 11-23-94, 2-9-99, 10-12-08.
Asbestos Survey & Mechanical (AHERA Building Inspector) Refresher Training
This is to certify that
Jaren Skinner
Has attended and completed Refresher training in accordance with
Title II of TSCA, 40 CFR Part 763 Appendix C to Subpart E as revised
Date of Course Completion 3/15/20
Date of Course Examination 3/15/20 with Passing Score of 70% or Higher
Expiration Date 3/15/21
Certificate # 31520910
Course # FL-490006359 Provider #
FL-490005406
Asbestos Online Training, LLC
727-873-6442
info@asbestosonlinetraining.com
Instructor
top related