Asbestos Removal at Forest Blvd., Hugo, MN

Similar documents
155 North Beech, Casper, WY * (307) * (307) Fax INDEX

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

Main Building Auditorium

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

Highlands Housing Authority

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

REQUEST FOR PROPOSAL (RFP)

ADVERTISEMENT FOR SUBCONTRACTOR QUALIFICATION AND ADVERTISEMENT FOR PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS)

City of Eagle Point 2017 Paving Instruction to Bidders

West Valley Library Parking Lot Repair with Porous Asphalt

Request for Proposal

TOWN OF CHAPIN, S.C. Utilities Department

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

Both envelopes must have the following information in the lower left hand corner:

REQUEST FOR SEALED BID PROPOSAL

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN BUILD SUBCONTRACTORS (DB SUBCONTRACTORS) (BUILDING 590 Deep Foundations)

Human Resources Consultant Compensation and Pay Equity Request for Proposal

Appendix D University of Maine System. Supplementary Requirements to AIA Document B Standard Form of Architect s Services

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

REQUEST FOR PROPOSAL TO PROVIDE DESIGN AND BUILD SERVICES FOR THE RE-ROOF OF THE PUBLIC LIBRARY / SAM FOX MUSEUM DUE MARCH 2, 2013

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/BUILD TRADE PARTNERS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

Building Demolition - 46 Main St. (St. Andrews United Church)

ADVERTISEMENT FOR BIDS

Finance & Technology Administrator (815) ext 223

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

REQUEST FOR QUOTES (RFQ) Arbor E & T, LLC. Workforce Contractor for Workforce Solutions for South Texas

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

JUDD STREET LIFT STATION DEWATERING CONTRACT

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation to Bid Duplin County Refrigeration Project for Villari Brothers Foods 1012 US Hwy 117 South Warsaw NC 28398

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

Document B252TM 2007

City of Santaquin REQUEST FOR PROPOSALS For Engineering Services for the East Side Booster Pump Station

Invitation to Bid. Blacktop Sealcoating and Striping Dunlap High School Dunlap Middle School Dunlap Grade School

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

JACKSON COUNTY PERMITTING & CODE ENFORCEMENT New Residential, New Commercial Application

REQUEST FOR COMPETITIVE PROPOSALS FOR ARCHITECTURAL SERVICES CITY OF PERRIS

REQUEST FOR PROPOSAL (RFP) for the Construction of Base Building Requirements for the new Alaska Gallery exhibit.

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

APPENDIX A - TECHNICAL SPECIFICATIONS Lift Station Electric Feed Overhead to Underground Projects for JEA

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

Attic Insulation at Gibbs Village East & West IFB Number Invitation for Bids (IFB) for Attic Insulation at Gibbs Village East & West

Request for Qualifications. Career Pathways for English Language Learners. April 21, 2014

MANHATTAN BEACH UNIFIED SCHOOL DISTRICT PREQUALIFICATION INFORMATION FOR, 2018 I. BACKGROUND AND OVERVIEW

Alameda County Waste Management Authority Model Specification Update March 2004 SECTION CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

CITY OF MARSHALL, MINNESOTA

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Washington County Public Schools. Addendum #1. A. Questions posed by bidders during the Pre-bid Meeting and staff responses are listed below:

PUBLIC CONTRACT CODE SECTION

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

INVITATION FOR BID Medical Supplies 2016

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. Bid # D03211 Bid Opening: 1:00PM Location: East Carolina University

The Home Depot U.S.A., Inc. Instructions to Bidders

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

INVITATION TO BID. (This is not an order.)

MUNICIPAL OFFICES 1481 EAST COLLEGE AVENUE, STATE COLLEGE, PA TELEPHONE: FAX:

A. IEMA ten day notification for demolition provisions as necessary. C. IEPA Uncontaminated Soil Certification LPC 663

TRIAD ENGINEERING CONSULTANTS, INC.

Architectural Services

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

INVITATION FOR BID (IFB)

PREQUALIFICATION DOCUMENTS FOR SUBCONTRACTORS FOR

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

ARTICLE 1. FIRE LIMITS AND BUILDING REGULATIONS

Selection of Contractor Step 5. June 2013

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

Albany Unified School District Contractor Prequalification

STATEMENTS OF QUALIFICATIONS ARE DUE NO LATER THAN 5:00 P.M. FRIDAY, JUNE 23, 2017

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

Request For Proposals

ADVERTISEMENT FOR QUALIFICATION AND PROPOSALS OF DESIGN/ASSIST TRADE PARTNER

Roosevelt County. INVITATION FOR BID No CRUSHED CALICHE

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

Public Private Partnerships. Chicago Federation of Labor

TOWN OF OCEAN VIEW 201 CENTRAL AVENUE OCEAN VIEW, DE 19970

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

DOCUMENT POST BID INTERVIEW

INVITATION FOR BID (IFB):

Facilities Planning Policy & Procedure #20

REQUEST FOR QUALIFICATIONS Cabarrus County May 16 th, 2018

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE. Bloomfield EMS Station

NOTICE TO PROSPECTIVE BIDDERS REGARDING PRE-QUALIFICATION FOR CONTRACTS FOR ALISAL UNION SCHOOL DISTRICT. Revised February 11, 2015

Release of RFP February 9, 2017 RFP Questions and Clarifications Deadline February 16, 2017 at 4 p.m.

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

Transcription:

Request for Bids for Asbestos Removal at 14383 Forest Blvd., Hugo, MN This Request for Bids ( RFB ) is for the services of a qualified and licensed contractor to provide removal of Asbestos contaminated materials at 14383 Forest Blvd., Hugo, MN (hereinafter referred to as the Building") a property leased by St. Andrew s Evangelical Lutheran Church, 900 Stillwater Road, Mahtomedi, Minnesota 55115 (hereinafter referred to as the Church ) from the Church of St. Genevieve of Centerville, Minnesota, 7087 Goiffon Rd., Hugo, Minnesota 55038 (hereinafter referred to as St. Genevieve ) as of July 1, 2017. Project Description The Church, in partnership with St. Genevieve, intends to remodel the Building for use as a temporary shelter for families in the northern Washington County area. Preparation for this remodeling project includes the identification and removal of Asbestos. By issuance of this RFB, the Church is seeking a qualified contractor to perform the removal work identified in this RFB. Attached to and made a part of this RFB are: Attachment A - Scope of Services Attachment B - Floor plan drawings of the basement, first and second floors of the Building Attachment C - A report by an outside consultant following an inspection of the Building for the presence of Asbestos, identifying areas where Asbestos exists Attachment D - A tabulation of locations within the Building where services identified in this RFB shall be provided Attachment E - Contract Terms and Conditions Attachment F - Bid Form Bidding Process 1. Tour - An on-site tour will take place on July 25, 2017, at 10:00 am at 14383 Forest Blvd., Hugo, Minnesota. Attendance is not mandatory, but it strongly encouraged. 2. Questions - Questions pertaining to this RFB shall be submitted in writing to Paul Kirkwold by email to PLKconsulting@comcast.net, no later than Wednesday, August 1, 2017. Answers to emailed questions and questions raised at the on-site visit (if any) will be sent to all holders of this document. 3. Bid Contents: In order to be considered, a bid must include all of the following: A. Completed Bid Form Attachment F B. A profile of the bidder s record of past performance and qualifications to provide the required services, including any licenses held. C. Certificate of Insurance or a statement of the bidder s ability to provide such a Certificate showing compliance with the insurance requirements listed in Attachment E D. Signatures of individuals authorized to bind the bidder to the terms of the bid

4. Last Day of Submittal - Complete bids, addressed to Liz Shreier, Director of the Community Resource Center, must be received at St. Andrew s Great Hall, 900 Stillwater Avenue, Mahtomedi, Mn., no later than 3:00 pm on August 7, 2017. Bids not submitted by this deadline or not submitted to the indicated location will not be considered. By submission of a bid, a bidder agrees that it will comply with the requirements of this RFB and will provide services in accordance with the provisions of this RFB. Contract Award - A contract will be awarded based on the lowest Total bid submitted by a responsible, responsive bidder meeting the timeline in making its selection. Scope of Services - See Attachment A Contract Terms and Conditions The resulting contract will include: 1. The provisions of this RFB, including all attachments. 2. The successful bidder s bid. To the extent there are inconsistencies between this RFB and the bid, the provisions of this RFB shall prevail. The Church will not sign the resulting contract until the successful bidder has submitted a Certificate of Insurance indicating compliance with the insurance requirements set forth in Attachment E of this RFB. Payment - Within 14 days of receipt of an invoice from the contractor, the Church will pay the contractor as follows: A. 60% of the bid amounts for asbestos materials actually removed and disposed of, when 100% of the work has been completed and the Church representative agrees that all debris and asbestos has been removed from the Building site and properly disposed of. B. the final payment of 40%, upon written certification by the Contractor that air testing results indicate that the asbestos has been removed and disposed of in accordance with State of Minnesota Requirements. Schedule/Completion Date - All work shall commence within 10 days of contract execution, and shall be completed no later than September 21, 2017.

Attachment A - Scope of Services Project Scope: 1. The Bid for Services shall include all removal services set forth in this RFB, including the attachments. 2. The Contractor shall secure any and all state and local permits required for the work described herein. 3. Locations where work is to be performed are listed in Attachments C & D. 4. The areas and amounts for which removal work is anticipated are described in Attachment D. The contractor shall submit a bid for each item on the bid form. 5. The contractor shall keep a record of the actual amounts of each bid item. Final payment will be based upon the actual amounts removed and areas examined where no asbestos-containing adhesives are determined to exist. 6. The contractor shall determine if asbestos-containing adhesives actually exist behind the paneling before removal. If no adhesive exists, the contractor need not remove the paneling and wall to the studs as described in this Attachment A, Scope of Services. If the paneling is not removed due to the absence of asbestos-containing adhesive, the contractor will be compensated 10% of the Sq/Ft bid amount for examination of the wall not removed. 7. In the performance of services under the resulting contract, the contractor shall: A. take all necessary and required precautions to protect uncontaminated areas from possible contamination as a result of the removal process; B. ensure and provide documentation that all removed materials are disposed of in a manner that is consistent with state requirements and accepted industry standards; C. properly clean all impacted areas and securely cover all openings created by the removal process with a minimum of 1/4 plywood or chipboard sheeting. 8. Removal work provided under the terms of the resulting contract will not be considered complete until after the contractor provides written certification by the Contractor that air testing results indicate that the asbestos has been remediated/abated/contained and disposed of in accordance with State of Minnesota Requirements. Additional Work: During the course of the Project remodeling work, the Church may identify the need to obtain additional services from the contractor regarding additional Asbestos removal in the Building. The bid form includes a space for the bidder s hourly rates for these additional services. Additional Work not described in this RFB must be authorized in writing prior to the commencement of the Additional Work. The written authorization will include a description of the Additional Work, the cost for the work, and the completion date. The authorization must be signed by both parties representatives. Upon execution by both parties, the written authorization will automatically be incorporated into and made a part of the resulting contract without further action by the parties.

Attachment B- Basement HWY 61 - Side A Area A Side D Area D Area B Side B Area C Side C

Attachment B-1st floor Side A 1Rec-AD 1BR-AB 1Comp-B Side D 1BR-D Side B 1DR-D HWY 61-1BathR- 1=Off-B Side C

Attachment B-2nd floor Side A 2HALL 2BR-DA 2BR-AB Side B 2BR-CD HWY 61-2BathR- 2BR-BC 2Add-BC Side C

Attachment C-1

Attachment C-2

Attachment C-3

Attachment C-4

Attachment C-5

Attachment C-6

Attachment C-7

Attachment C-8

Attachment C-9

Attachment C-10

Attachment C-11

Attachment C-12

Attachment C-13

Attachment C-14

Attachment C-15

Attachment C-16

Attachment C-17

Attachment D Hugo Rectory Asbestos Removal Locations Room Wall Sample # Basement Areas Item Remediation Approximate Quantity Area D B 8 Area A & C Crawl Space Areas Area B & D First Floor Rooms 9A, 9B&9C 10A,B&C Hardboard (Transite) Sheeting Asbestos covered water/heating pipe Asbestos covered water/heating pipe and elbows Remove 44 Sq/Ft Remove all Asbestos covered Water/ Heating Pipe in Basement Remove all Asbestos covered Water/ Heating Pipe and Elbows in Basement 185 Lin. Ft 236 Lin. Ft 1Comp-B A & C 24 Paneling 1Off-BC A & D 24 Paneling 1BRD A,B & C 24 Paneling Remove paneling and wall to studs and dispose Remove paneling and wall to studs and dispose Remove paneling and wall to studs and dispose 243 Sq/Ft 176 Sq/Ft 405 Sq/Ft Second Floor 2Add-BC A 18 A,B&C Ceiling Remove Ceiling and Vermiculite insulation 34 Sq/ft x 8 deep Note - 1. All outside walls that contain asbestos adhesives will be covered with 3/8 sheet rock by others. 2. All covered water/heating pipe in all basement areas should be assumed to be covered with asbestos and removed. 1

Attachment E - Contract Terms and Conditions 1. During the term of the agreement, the contractor shall maintain the following insurance: a. Workers compensation coverage in accordance with Minnesota statutes and rules. b. Commercial General Liability and/or Pollution Liability that specifically applies to the exposure to, remediation and abatement, and the handling and disposal of hazardous materials, including Asbestos and Asbestos-containing materials. c. St Andrew s Evangelical Lutheran Church, 900 Stillwater Road, Mahtomedi, Minnesota 55115 and the Church of St. Genevieve s of Centerville, Minnesota, 7087 Goiffon Rd Hugo, Minnesota 55038 must both be named as additional insureds under the Commercial General Liability/Pollution Liability policy/policies and such information shall be stated on the Certificate of Insurance. The Commercial General Liability coverage shall be no less than $1.5 million per occurrence. St. Andrew's and St. Genevieve shall each be a Certificate holder. 2. The Contractor shall hold St. Andrew's Evangelical Lutheran Church and The Church of St. Genevieve of Centerville, Minnesota, their officers, employees, and guests, harmless from loss or injury resulting from the Contractor s performance of or failure to perform contract services. 3. Any modification of the Agreement must be in writing and signed by both parties. 4. Removal will be completed in accordance with all federal and state laws, rules, and regulations, including those for the proper handling and disposal of asbestos. 5. The contractor shall submit lien waivers from all contract subcontractors and suppliers with the final invoice. 6. The contractor acknowledges project oversight by St. Andrew s.

Attachment F - Bid Form Contractor: Address: Telephone: Contact: 1. Qualifications. Provide, on a separate sheet(s), a summary of past similar work performed, a minimum of three references for similar services within the last three years, and licenses held. 2. Attach a certificate of Insurance showing compliance with the insurance requirements included in Attachment E of this RFB or a statement that the contractor will be able to provide a certificate of insurance showing coverage required by this RFB within 3 business days of notification of award of contract. Bid Prices Scope of Services - As described in Attachment A: 1. Remove 44 Sq/Ft. of Transite Wall at $.00 per Sq/Ft equals. $.00 2. Remove 185 L/Ft. of Covered water/heating pipe at in Crawl Space Areas A & C at $.00 per L/Ft equals. $.00 3. Remove 236 L/Ft. of Covered water/heating pipe at in Areas B & D at $.00 per L/Ft equals.. $.00 4. Remove 824 Sq/Ft. Wall Paneling at $.00 per Sq/ft equals..$.00 5. Remove 34 Sq/Ft. Ceiling and Vermiculite at $.00 per Sq/Ft. equals $..00 Additional Work - As described in Attachment A: Labor at a cost of $.00 per hour Total Bid Amount for removal services 1-5 equals. $.00 Disposal cost of $.00 per 100 lbs of additional material. Certification Statement By signing this bid form, the bidder agrees to complete the work identified in the RFB at the stated pricesand under the terms and conditions set forth in the RFB, and to complete the work described by September 21, 2017. Signature (s) by Bidder s Authorized representative(s) By: Date: Its: