HomeMy WebLinkAbout1994 02-28 EDAP Regular Session EDA AGENDA
CITY OF BROOKLYN CENTER
FEBRUARY 28 8 99 4
(following adjournment of City Council meeting)
1. Call to Order
3 .
2. Roll Call
I Approval of Agenda and Consent Agenda
-All items listed with an asterisk are considered to be routir 6 by the Economic
Development Authority and will be enacted by one motion. There will be no separate
discussion of these items unless a Commissioner so requests, in which event the item will
be removed from the consent agenda and considered in its normal sequence on the
agenda.
4. Approval of Minutes:
a. January 24, 1994 Regular Session
w
5. Discussion Item:
a. Consideration of Acquisition of Property Under` EDA Scattered Site Program
6. Resolution:
a. Approving Plans and Specifications and Authorizing Advertisement for Bids for
EDA Asbestos Abatement Project at 6525, 6527 and 6529 Willow Lane North
(Willow River Apartments)
b. Accepting Proposals from Environmental Process, Inc. to Provide Project
Management and On -Site Air Monitoring Services for the Willow River Apartments
Asbestos Abatement Project
� '
7. Adjournment
CITY OF BROOKLYN CENTER Council Meeting Date February 28, 1994
Agenda Item Numbe
REQUEST FOR COUNCIL CONSIDERATION
ITEM DESCRIPTION:
EDA MINUTES - JANUARY 24, 1994 - REGULAR SESSION
DEPT. APPROVAL
t�
Brad Hoffman, Virector of Community Development
MANAGER'S REVIEW/RECONEMENDATION:
No comments to supplement this report Comments below /attached
SUMMARY EXPLANATION: (supplemental sheets attached )
RECOMMENDED CITY COUNCIL ACTION
•
MINUTES OF THE PROCEEDINGS OF THE ECONOMIC DEVELOPMENT
AUTHORITY OF THE CITY OF BROOKLYN
CENTER IN THE COUNTY OF HENNEPIN AND THE STATE
OF MINNESOTA
REGULAR SESSION
JANUARY 24, 1994
CITY HALL
CALL TO ORDER
The Brooklyn Center Economic Development Authority met in regular session and was
called to order by President Todd Paulson at 10:07 p.m.
ROLL CALL
President Todd Paulson, Commissioners Celia Scott, Dave Rosene, Barb Kalligher, and
Kristen Mann. Also present were City Manager Gerald Splinter, Director of Public Works
Sy Knapp, Public Works Coordinator Diane Specter, City Engineer Mark Maloney, Finance
Director Charlie Hansen, City Attorney Charlie LeFevere, and Council Secretary Kathy
Stratton.
APPROVAL OF AGENDA AND CONSENT AGENDA
President Paulson inquired if any Commissioner requested any items be removed from the
consent agenda. No requests were made.
APPROVAL OF MINUTES
JANUARY 10, 1994 - REGULAR SESSION
There was a motion by Commissioner Scott and seconded by Commissioner Rosene to
approve the minutes of the January 10, 1994, EDA meeting as printed. The motion passed
unanimously.
RESOLUTIONS
The City Manager presented a Resolution Designating Depositories of EDA Funds.
RESOLUTION NO. 94 -02
Commissioner Celia Scott introduced the following resolution and moved its adoption:
RESOLUTION DESIGNATING DEPOSITORIES OF EDA FUNDS
The motion for the adoption of the foregoing resolution was duly seconded by
Commissioner Barb Kalligher, and the motion passed unanimously.
1/24/94 - 1 -
ADJOURNMENT
There was a motion by Commissioner Kalligher and seconded by Commissioner Rosene to
adjourn the meeting. The motion passed unanimously. The Brooklyn Center Economic
Development Authority adjourned at 10:09 p.m.
Todd Paulson, President
Recorded and transcribed by:
Kathy Stratton
Timesaver Off Site Secretarial
1/24/94 -2-
CITY OF BROOKLYN CENTER council Meeting Date 2/28/94
Agenda Item Number 5_a�l
REQUEST FOR COUNCIL CONSIDERATION
ITEM DESCRIPTION:
DISCUSSION ITEM: CONSIDERATION OF ACQUISITION OF PROPERTY UNDER EDA
SCATTERED SITE PROGRAM
******************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
DEPT. APPROVAL:
�.b
h f
Tom Bublitz, Community Development Specialist
MANAGERS REVIEW/RECOMWENDATION.
J
No comments to supplement this report Comments below /attached
******************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
• SUNEVIARY EXPLANATION: (supplemental sheets attached )
Recently, EDA staff has become aware of two residential properties that are available for purchase
by the EDA and fit into the goals of the EDA's Scattered Site Program, which is in part to acquire
and clear blighted residential properties. A brief description of the two properties follows:
1. The first property is a duplex rental property located at 6933 Brooklyn Boulevard.
The property has experienced a fire on the interior and, according to the City's
building inspectors, the upper level of the interior of the house is destroyed.
Presently, this property is vacant and boarded up.
The owner of the property had approached City staff with regard to any interest the
City might have in purchasing this property. In reviewing the value of the property,
Assessing Department records show a value of $63,400 for total market and land
value for 1994. The City Assessor's evaluation of the land value only is between
$17,500 and $20,000. This is the value of the lot with the existing building cleared
from the site. This is somewhat of a unique property since it has been severely
damaged by fire. As a result, staff is recommending that we examine the possibility
of offering the owner of the parcel an amount which totals the existing lot value less
the estimated demolition cost for the property. The estimated demolition cost is
approximately $5,500. The total offer for the lot would be $17,500 less $5,500, or
$12,000.
2. The second property is located at 5900 Emerson Avenue North and is a single - family
home built in 1947. The house is approximately 800 square feet in size and, upon
inspection by myself and the City's Building Official, it was determined that the
interior of the property, as well as the exterior, is in poor condition. The property
is currently listed with a realtor for $42,900. The 1994 tax value of the property is
listed at $47,500. The house is located on a lot 73' wide and 134' in depth.
Staff will be showing slides of the condition of both properties at Monday's meeting and will be
prepared to discuss these properties in more detail at the meeting.
CITY OF BROOKLYN CENTER Council Meeting Date 2/28/94
Agenda Item Number
REQUEST FOR COUNCIL CONSIDERATION
ITEM DESCRIPTION:
RESOLUTION APPROVING PLANS AND SPECIFICATIONS AND AUTHORIZING
ADVERTISEMENT FOR BIDS FOR EDAASBESTOS ABATEMENT PROJECT AT 6525, 6527
AND 6529 WILLOW LANE NORTH (WILLOW RIVER APARTMENTS)
DEPT. APPROVAL:
Tom Bublitz, ommunity Development Specialist y
MANAGER'S REVIEW/RECOM IENDATION: =�� �" ' /� , : ,� ✓ : f
L
No comments to supplement this report Comments below /attached
SU EWARY EXPLANATION: (supplemental sheets attached X )
As staff has previously informed the EDA Board, asbestos - containing material in the 18 -unit
apartment building owned by the EDA and located at 6525, 6527 and 6529 Willow Lane North
must be removed prior to demolition of the property.
Asbestos abatement requirements are governed by the federal Asbestos Hazard Emergency
Response Act (AHERA). This legislation is administered in the state of Minnesota by the
Minnesota Department of Health and the Minnesota Pollution Control Agency (MPCA).
Accordingly, the procedures for removal, including the number of samples to be taken for testing,
procedures for sealing the work areas, etc., are all governed by regulations.
The initial step in the asbestos removal process was to survey the building and determine the
location and amounts of asbestos which must be removed. City staff has been working with
Environmental Process, Inc. (EPI) in the initial phases of this project. In addition to the work on
the EDA property, EPI is currently working on design of the asbestos abatement at the City's
public works garage. Also, EPI performed the indoor air quality analysis for the City Hall.
The following is a summary of the steps required in an asbestos abatement project, including costs
incurred to date and estimated future project costs.
1. A general asbestos survey has been completed on the 18 -unit building and garages
to determine the extent of asbestos - containing material in the structures. The cost
to complete the overall survey which was done by EPI totaled $800 for their services.
Analysis of the samples taken during this survey totaled $2,232. It should be noted
that the number of samples to be taken is governed by the regulations and the cost
of analysis per sample is $18.
2. EPI has also completed the specifications and project design for the asbestos removal
at the EDA owned property on Willow Lane. The cost for this work was $1,700, and
the plans and specifications are ready to be let out for bid. The complete plans and
specifications are 178 pages in length. The complete specifications are not included
with this memorandum. I have attached the instructions to bidders portions of the
specifications for EDA review. A representative from EPI will be at Monday's
meeting to review the specifications with the EDA Board.
3. Additional services required for the asbestos abatement project as it proceeds include
project management, including quality assurance and quality control for the project.
EPI has submitted a proposal for project management services in the amount of
$1,200.
4. Another phase of the project required by the regulations is the on -site air monitoring
done during the asbestos abatement work. EPI's estimate of their cost to do the on-
site air monitoring, which includes taking air samples as required by regulations,
would total $4,875. The on -site monitoring would be done over the course of the
contract for a period of three weeks. Additional expenses for this item would include
between $2,500 and $3,000 for the testing of the samples required under the
regulations.
5. The estimated cost of the actual asbestos abatement work to be performed is
$52,000. This is an estimate based on EPI's calculation of the quantities of asbestos
to be removed from the project. It should be noted that this is an estimate and when
the project is bid out it is anticipated that the cost could be substantially less than
this estimate.
A summary of the total project costs is shown by the following:
SERVICES AMOUNT
Total consultant services $ 8,575.00
Estimated sampling cost $ 5,232.00
Asbestos removal $52,000.00
TOTAL PROJECT COST ESTIMATE: $65,807.00
The asbestos abatement work would take three weeks to complete. A time line for the project is
as follows:
1. February 28, 1994 - Approval of plans and specifications and authorizing
advertisement for bids.
2. Publish, bid notice in legal newspaper on March 9, 1994.
3. Bid opening scheduled for March 22, 1994.
4. Award contract at March 28 EDA meeting.
g
5. Project start date - April 18, 1994.
6. Completion date - May 16, 1994.
The resolution before the EDA this evening is to approve the plans and specifications and to
authorize the advertisement for bids for the asbestos abatement contract.
The next resolution on the agenda would provide for the agreement with EPI to provide
professional services for the duration of the asbestos removal project.
RECOMMENDATION
Staff recommends approval of the Resolution Approving Plans and Specifications and Authorizing
Advertisement for Bids for EDA Asbestos Abatement Project at 6525, 6527 and 6529 Willow Lane
North (Willow River Apartments).
•
SECTION 0020
ADVERTISEMENT FOR BIDS
OFFICIAL NOTICE TO BIDDERS
CONTRACT I -_
IMPROVEMENT PROJECT NO. 1994 -1
I' CITY OF BROOKLYN CENTER, MINNESOTA
OWNER: The Economic Development Authority for the City of Brooklyn Center, Minnesota,
hereby gives notice that sealed proposals will be received in the office of the Deputy City Clerk, 6301
Shingle Creek Parkway, Brooklyn Center, Minnesota, for the following described Project:
Willow River Apartments Asbestos Abatement
The major quantities of the work are as follow:
Decorative ceiling spray and floor tile asbestos abatement work in the Willow River apartment building
�2 - 2 -�
located at 6�_5, 6�_7, and 6�_9 Willow Lane North, Brooklyn Center, Minnesota.
PREBID: A rebid meeting will be held on March 17 1994 at 10:00 a.m. at the Brooklyn Center
P g Y
City Hall Council Chambers with a tour of the project site immediately following.
TIME: Sealed bids will be received until 11:00 a.m., local time, on the day of
. at the Brooklyn Center City Offices, at which time and place the Deputy City
Clerk and Community Development Director, or their designated representative, shall publicly open,
read aloud, and tabulate the bids.
Proposals arriving after the designated time will be returned unopened.
BIDS: Sealed bids shall be addressed to the Deputy City Clerk, City of Brooklyn Center, 6301
Shingle Creek Parkway, Brooklyn Center, Minnesota 55430 and shall be endorsed with the name and
address of the Bidder and the Contract for which the bid is being submitted on the proposal forms
provided in accordance with Contract Documents, Plans, and Specifications as prepared by
Environmental Process, Inc., (EPI), which are on file with EPI and may be seen at the office of EPI,
1220 Glenwood Avenue, Minneapolis, Minnesota 55405.
CONTRACT DOCUMENTS: Copies of Proposal Forms, Plans, and Specifications for use by
the Contractor submitting a bid may be obtained from the office of EPI, 1220 Glenwood Avenue,
Minneapolis, Minnesota, upon payment of 550.00 per set. Deposit will be returned to all Contractors
who submit bona fide bids and who return complete sets in good condition within ten (10) days after
the bid date.
BID SECURITY: A cash deposit or a certified check, cashier's check, or satisfactory bid bond
payable to the Economic Development Authority (EDA) for the City of Brooklyn Center in an amount
of not less than five (5) percent of the bid amount shall accompany each bid as a guarantee that if the
bid is accepted, the Bidder will execute and file the contract performance bond, labor and materials
bond, and insurance certificate(s), as required by the Contract Documents within ten (10) calendar days
after issuance of the Notice of Award of Contract by the EDA for the City of Brooklyn Center. Failure
on the part of the Bidder to do so will result in forfeiture of the Bidder's cash deposit, certified check,
cashier's check, or bid bond to the EDA for the City of Brooklyn Center.
CONTRACT SECURITY: The Bidder to whom a contract is awarded shall be required to furnish
a performance bond and a labor and materials bond acceptable to the City of Brooklyn Center EDA
for 100% of the contract price for each of the above bonds in accordance with the requirements of the
Contract Documents.
BID REJECTION: The EDA of the City f Brooklyn Center Minnesota reserves the right to re
Y Y � � .. J
any and all bids, waive any informalities in bidding, or to accept the bid or bids which best serve the
interest of the City of Brooklyn Center EDA.
BID WITHDRAWAL: No bids shall be withdrawn for a period of sixty (60) calendar days after
the scheduled opening of the bids without the consent of the City Council of the City of Brooklyn
Center.
(Published by the authority of the City Council of the City of Brooklyn Center on the 28th day of
February, 1994. Published in the Brooklyn Center Sun -Post on March 9, 1994.
END OF SECTION 0020
SECTION 0030
INSTRUCTIONS TO BIDDERS
>A*- GENERAL
.ELATED DOCUMENTS
['he General Conditions, Supplementary Conditions, Special Conditions, and all sections of Division 0 and Division
apply to all sections of these specifications and are a part of the contract.
.01 SUBMISSION REQUIREMENTS
�. PROJECT TITLE: WILLOW RIVER APARTMENTS ASBESTOS ABATEMENT
Brooklyn Center, Minnesota
3. Proposals to be submitted to owner and consultant:
I
O WN ER 1
Deputy City Clerk
City of Brooklyn Center
6301 Shingle Creek Parkway
Brooklyn Center, Minnesota 55430
�. *roposals are due up to 11:00 a.m., Tuesday, March 22, 1994 at the location described in Item "B" above, at
which time all bids will be opened and read aloud.
�. If changes or erasures appear on the Bid Form Document, all such locations shall be initialed by the person
signing the Bidding Documents.
_. All spaces of the proposal must be filled in with typewriter or ink, with all amounts stated in figures and words.
In case of a difference between figures and written words, the written words shall be used.
Proposals shall remain in effect for sixty (60) calendar days from bid date.
..01 PLANS AND SPECIFICATIONS
k. Construction Documents - (Project manual and plans) and other bidding documents may be examined at the
i
following locations:
Designer's Office: ENVIRONMENTAL PROCESS, INC.
1200 Glenwood Avenue
Minneapolis, MN 55405
3. Prime contractors may obtain plans and specifications from asbestos designer by payment of S50.00 deposit per
t. The deposit is refundable to bidders submitting bona fide bids and returning the documents in a good
-condition within ten (10) days following the bid date.
Section 0030 - Page 1
3.01 BID SECURITY - BID BOND - (A 5% Bid Bond Shall be Included with the Project Bid.)
4.01 RESERVATIONS
Ae Owner reserves the right to accept or reject any and all bids and to waive information therein.
B. The project will be bid with a base bid with one alternate bid. The owner reserves the right to award any one;
any combination; or all bid packages, whichever is in the owner's best interest.
5.01 ADDENDA
A. Modifications during time of bidding will be made only by written addenda from project designer.
B. Addenda to be acknowledged in proposal and will become part of contract documents.
C. Bidders are requested to notify project designer of any omission or discrepancies in documents.
6.01 INTERPRETATION OF DOCUMENTS
A. Submit all questions about bidding documents to project designer in writing. Discrepancies, ambiguities, and
omissions will be clarified by written addenda issued to all bidders of record and will become a part of the
contract. Project designer and owner will not be responsible for oral instructions.
B. Bidders shall submit requests in written form to ENVIRONMENTAL PROCESS, INC. (EPI) for any
interpretation or correction of any ambiguity or error herein which the contractor discovers. Any interpretation
or correction shall be issued as an addendum by the owner or EPI and shall be binding thereafter.
C.0 Verbal changes in work will be explained at the pre -bid and addenda may be issued one (1) day prior to
proposal due date.
D. The lack of understanding as to intent, amount of work involved, or contractor lack of knowledge of the
conditions pertaining to the work, shall not relieve the contractor from performing all the work required to
complete performance of the contract.
7.01 EXAMINATION OF CONSTRUCTION DOCUMENTS AND PROJECT SITE
A. Submission of a bid indicates bidder has carefully examined all bidding documents in their entirety, inspected
project site to arrive at a clear understanding of the conditions under which work is to be done, compared
conditions at project site with project drawings and specifications. No extra compensation will be allowed to
contractor as a result of his/her failure to become acquainted with conditions which can be determined by
examining the site and documents prior to submitting a bid. Contact the following for access to the various
project:
Mr. Tom Bublitz -
Economic Development Authority -
City of Brooklyn Center
6301 Shingle Creek Parkway
Brooklyn Center, Minnesota 55430
Telephone: 569 -3433
Section 0030 - Page 2
8.01 SUBSTITUTIONS
A. Contractor shall base the price upon the materials and equipment described in the construction documents.
No substitutions shall be considered unless written change has been submitted to EPI for approval. Requests
for approval must be received two (2) days prior to time set for receipt of bids. Each such request shall include
a complete description of the proposed substitute, the name of the material or equipment for which it is to be
substituted, drawings, cuts, performance, test data, and any other data or information necessary for a complete
evaluation. If the owner approves any proposed substitution, such approval shall be set forth in an addendum.
1 -
B. Project designer reserves the right to take no action on incomplete submittals for substitutions.
9.01 COMPLETION TIME
A. Successful bidders shall agree to execute required MPCA, Minnesota Department of Health and EPA
notifications upon notification of project award.
B. Successful bidders shall agree to commence work upon receipt of written "Notice to Proceed" and to fully
complete the project within a four (4) week continuous time frame and by May 16, 1994.
C. Contractor to present work time schedule for project dates. Time and dates to be reviewed and accepted by
owner.
D
The project site could be available for work 24 hours per day, five (5) days per week if required by contractor.
However, no extra compensation shall be afforded to the contractor for overtime rates.
10.01 DEFINITIONS
The term "architect" or "engineer" shall refer to asbestos project designer.
The term "project designer" shall refer to ENVIRONMENTAL PROCESS, INC.
C. The term 'owner" shall refer to Economic Development Authority in and for the City of Brooklyn Center.
D. The term "bidder" shall refer to qualified contractors.
E. The term "contractor" shall refer to successful bidder.
F. The term "air monitor /testing lab" shall refer to ENVIRONMENTAL PROCESS, INC.
11.01 UNIT PRICES
A. Bids shall include a list of unit prices establishing the price per unit of measurement of materials, equipment,
or services for portions of the work as described in the bidding documents. Unit prices shall be listed as
requested on the bid form.
12.01 AUTHORIZED PERSONNEL
A. List the names, addresses, and telephone numbers of those persons authorized to discuss the contents of the bid
and those persons authorized to conduct contract negotiations on behalf of the bidder.
B. Identify the primary responsibilities of each person listed.
13.0 LICENSES
A. Provide evidence that all state licensing requirements have been met.
Section 0030 - Page 3
14.0 LITIGATION, ARBITRATION, FINES, AND CITATIONS
A. Each bidder shall indicate, in writing, whether helshe is a party to any civil or criminal action involving, asbestos
related work, is a party in an arbit tion procee involvin- asbestos related work or has been involved in
ra 0
any of the above proceedings, a summary of the circumstances shall be provided including information
regarding resolution and appeals. Contractor shall certify this in writing or if found to no be correctly
submitted to owner, the contract with the owner may be terininated.
15.0 INSURANCES
A. Prior to execution of an agreement, the successful bidder will be expected to provide proof of standard insurance
coverag s as required in Section 00800 - Supplementary Conditions. Costs associated with these coverages shall
"e Z.;
be reflected in the base bid and in each alternate bid. In addition, insurance coverage must be secured for
hazards related to asbestos exposure. This insurance " shall be "of the per occurrence type. This insurance shall
pay or defend all established claims reaardless of the date on which the claim is reported and provide the same
coverage to the owner, as co-insured or through a separate' policy provided at the contractor's expense. Comply
with all state requirements regarding insurance.
16.0 PERFORMANCE AND PAYMENT BOND
The Contractor shall furnish to the Owner upon execution of the contract, a payment and performance bond
for the amount of the contract sum and issued by'a surety company authorized to do business in the State of
Minnesota. The bond shall be in the form specified in the General Conditions. The bond shall allow for any
additions or deductions to the contract.
17.0 PRE-BID CONFERENCE
A. Successful Abatement Contractor, Prime contractor, or his/her authorized representative must attend a pre-bid
conference on a date to be determined.
18.0 LIQUIDATED DAMAGES
A. Failure to complete the building ACM removal by May 16,1994, willresult in a S500.00 per day penalty against
the contractor, plus payment of all EPI, project representative and project air monitor. All work must be
complete on or prior to 5:00 p.m. on May 16, 1994. Any penalty wEl be directly withdrawn from the final
contractor payment request.
B. The owner shall pay for the first PCM clearance samples for each area, but if these do not meet the acceptable
limits and have to be re-done, the contractor shall pay all costs for conducting the necessary test to past
clearances. The cost per TEM is S500/sample with a minimum of five samples.
19.0 POST BID INFORMATION - QUALIFICATIONS OF BIDDERS
The successful low bidder may need to submit the following bidder's qualifications statement which will include the
followina:
A. To demonstrate his/her qualifications for the project, each asbestos abatement bidder must submit at award
written evidence that the bidder involved:
Maintains a permanent place of business.
? Has adequate equipment to do the work properly and expedit * iously.
.1 A financial statement or letter of credit from a financial institution showing the bidder has financial
Section 00' 30 - Page 4
resources to meet all obligations stated herein.
4. A statement declaring that the abatement contractor is licensed in the State of Minnesota as required
in the Minnesota Department of Health's Asbestos Abatement Rules 7005.1613.
Experience - Name and location of at least three (3) asbestos abatement projects of fifty thousand dollars
(S50,000.00) or greater in the last two years of which three (3) shall be school AHERA ro'ects. Project
P J J
references shall be accompanied by the name, address, and telephone number of the purchaser of abatement
services. At least two (2) of the above type projects referenced shall have included the presence of an
independent testing firm or industrial hygienist /technician on a full -time basis.
C. Has operations /field superintendent with a minimum of a three (3) year satisfactory experience record with work
of this type and scope by submission of a list of references of persons who can attest to the quality of work
performed by the contractor. Additionally by submission of air monitoring data, if any, taken during and after
completion of previous projects in accordance with 29 CFR 1962.58 (e.)
D. The name(s) of the perspective superintendent/foreperson who will be assigned to the project. This person shall
be trained and knowledgeable of applicable asbestos regulations and work practices as evidenced by
participation and successful completion of the Environmental Protection Agency (EPA) - approved "Practices
and Procedures" course.
1. Resume, name, and accreditation of responsible person(s), including evidence of certification and past
project supervisory skills as an asbestos abatement supervisor for this project.
E. The names of the work persons who will be assigned to the project. All workers shall be trained and
knowledgeable of applicable asbestos regulations and work practices as evidenced by participation and
successful completion of an EPA approved course,
1. One page resume, name, and accreditation of responsible people.
F. Bidders shall submit a notarized statement, signed by an officer of the company, containing the following
1 information:
R
1. A record of any citations issued by federal, state, or local regulatory agencies relating to asbestos
abatement activity. Include projects, dates, and resolutions.
2. A list of penalties incurred through non - compliance with asbestos project specifications including:
liquidated damages, overruns in scheduled time limitations and resolutions.
R
3. Situations in which an asbestos related contract has been terminated including. projects, dates, and
reasons for termination.
4. A listing of any asbestos related legal proceedings/claims in which the contractor (or employee
scheduled to participate in this project) has participated in or are currently involved with. Include
descriptions or role, issue, and resolution to date.
G. A statement declaring that all supervisors and workers used on the project are certified according to Minnesota
Department of Health's "Asbestos Abatement Rules" 7005.1614.
Section 0030 - Page 5
H. Subnut a list of equipment that they have available for asbestos work. This should include negative air
machines, Type "C" supplied air systems, scaffolding, decontamination facilities, disposable clothing, etc.
Contractor has the ability to perform asbestos abatement activities b
0
y submitting evidence of the successful
completion of training c .
courses covering in asbestos abatement. b Cement. At a minimum, the contractor shall furnish proof
that employees have had instruction on the dangers of asbestos exposure, or respirator use, decontamination,
and OSHA regulations.
20.0 PRE -
CONSTRUCTION CONFERENCE
A. Bidder agrees, if awarded the contract, to attend a pre- construction conference, on -site at a place, time, and date
to be determined by owner.
B. Possesses written standard operating procedures and employee protection plans which include specific reference
to OSHA medical monitoring and respirator training programs. In addition, the contractor must be prepared
to make available for viewing at the job site a copy of OSHA regulations at 29 CFR 1926.58 governing asbestos
controls and Environmental Protection Agency regulations at 40 CFR Part 61, Subpart M, (NESHAPS)
governing asbestos stripping work practices, and disposal of asbestos waste.
C. Subcontractor Listings - The bidder shall include a list of names of subcontractors or other persons and a
description of their role regarding completion of the contract with names, addresses, and telephone numbers.
D. The complete sequence of construction activity including dates for commencement and completion of each
element of the work and number and duration of shifts. Use Construction Schedule form following this section.
E For phased projects, indicate completion and clearance of each work area in advance f
for substantial completion. o the date established
1. Allow time for testing and other procedures necessary for certification of clearance and substantial
completion. _
2. Provide notation on the schedule to show how the sequence of work is affected by requirements for
phased completions to permit work by separate contractors and partial occupancy by owner prior to
substantial completion.
F. The total number of personnel assigned to the project.
G. Description of the method for transporting waste material and disposal location with copy of landfills license
for acceptance of ACM.
H. The project schedule, containment areas, HEPA locations, and specific details needed to accomplish the work.
END OF SECTION 0030
Section 0030 - Page 6
Commissioner introduced the following
resolution and moved its adoption:
EDA RESOLUTION NO.
RESOLUTION APPROVING PLANS AND SPECIFICATIONS AND
AUTHORIZING ADVERTISEMENT FOR BIDS FOR EDA ASBESTOS
ABATEMENT PROJECT AT 6525, 6527 AND 6529 WILLOW LANE
NORTH (WILLOW RIVER APARTMENTS)
WHEREAS, the Asbestos Hazard Emergency Response Act
( AHERA) requires abatement and removal of certain asbestos -
containing material in structures prior to demolition of the
structures; and
WHEREAS, the Asbestos Hazard Emergency Response Act
provides that the asbestos removal be conducted in accordance with
provisions set forth in AHERA; and
WHEREAS, Environmental Process, Inc. (EPI) has prepared
plans and specifications in accordance with AHERA requirements;
and
WHEREAS, the plans and specifications have been prepared
under the direct supervision of an asbestos certified designer;
and
WHEREAS, the Brooklyn Center EDA desires to proceed with
the asbestos removal at the EDA owned property at 6525, 6527 and
6529 Willow Lane North (Willow River Apartments).
NOW, THEREFORE, BE IT RESOLVED by the Economic
Development Authority in and for the City of Brooklyn Center,
Minnesota, that:
1. Said plans and specifications for the Willow River
Apartments asbestos abatement as prepared by
Environmental Process, Inc., are hereby approved.
2. The Deputy City Clerk shall prepare and cause to be
inserted in the official newspaper an advertisement
for bids for the asbestos abatement work in
accordance with the approved plans and
specifications. The advertisement shall be
published in accordance with Minnesota Statutes,
shall specify the work to be done and shall state
the time and location at which bids will be opened
by the Deputy City Clerk and the EDA Executive
Director or their designees. Any bidder whose
responsibility is questioned during consideration
of the bid will be given an opportunity to address
the EDA on the issue of responsibility. No bids
will be considered unless sealed and filed with the
Deputy City Clerk and accompanied by a cash
EDA Resolution No.
deposit, cashier's check, bid bond or certified
check payable to the City Clerk for five percent
(5 %) of the amount of such bid.
3. All costs relating to the Willow River Apartments
asbestos abatement project shall be charged to the
Economic Development Authority reserve fund.
Date Todd Paulson, President
The motion for the adoption of the foregoing resolution was duly
seconded by Commissioner and upon vote being
taken thereon, the following voted in favor thereof:
and the following voted against the same:
whereupon said resolution was declared duly passed and adopted.
CITY OF BROOKLYN CENTER council Meeting Date 2/28/94
Agenda Item Number
REQUEST FOR COUNCIL CONSIDERATION
ITEM DESCRIPTION:
RESOLUTION ACCEPTING PROPOSALS FROM ENVIRONMENTAL PROCESS, INC. TO
PROVIDE PROJECT MANAGEMENT AND ON -SITE AIR MONITORING SERVICES FOR
THE WILLOW RIVER APARTMENTS ASBESTOS ABATEMENT PROJECT
DEPT. APPROVAL:
Tom Bublitz, Community Development Specialist
f -
j; am
MANAGER'S REVIEW/RECOM IENDATION.
r;
No comments to supplement this report Comments below /attached
• SLTND4IARY EXPLANATION: (supplemental sheets attached __
This resolution would provide for project management and air monitoring services for the asbestos
abatement project described in the preceding council request form.
Project management includes quality assurance and quality control for the project and preparation
of a final report to comply with the federal Asbestos Hazard Emergency Response Act ( AHERA)
requirements. The on -site air monitoring services are also required by the AHERA and would
primarily consist of taking the required air samples, maintaining a daily log of the work activities,
maintaining the air monitoring equipment, and preparation of a final report required by the
AHERA.
Copies of the proposals are included with this request form. A representative from Environmental
Process, Inc. will be present at Monday's meeting to answer any questions the EDA may have
regarding the proposals over the asbestos abatement project.
RECOMMENDATION
Staff recommends approval of the Resolution Accepting Proposals From Environmental Process,
. Inc. to Provide Project Management and On -Site Air Monitoring Services for the Willow River
Apartments Asbestos Abatement Project.
ENVIRONMENTAL PROCESS, INCORPORATED
1220 Glenwood Avenue, Minneapolis, Minnesota 55405 • 612 - 377 -8316 • Fax 612 - 377 -4984 ePL
0 February 22, 1994
Mr. Tom Bublitz
City of Brooklyn Center
Economic Development Authority
6301 Shingle Creek Parkway
Brooklyn Center, Minnesota 55430
Subject: Proposal /Cost Estimate - Project Management
6525, 6527, 6529 Willow Lane North
Brooklyn Center, Minnesota 55430
Asbestos Abatement
EPI #93 -577
Dear Mr. Bublitz
1.0 INTRODUCTION
Environmental Process, Inc., (EPI), is pleased to respond to your request for a proposal
concerning abatement project management services for the above referenced project.
2.0 SCOPE OF WORK
The scope ofwork includes asbestos abatement, project management, observations and quality
control and quality assurance.
.0 SCOPE OF SERVICES - ON-SITE AIR MONITORING
The scope of services includes the following:
3.1 Project Management
Conduct prebid /preconstruction /weekly progress meetings /and final clearance
observations (this includes preparation of punch list and /or final acceptance report).
Included is dispensing bid documents to prospective bidders, addenda, change orders,
interpreting of contract documents, and recommendation of contractor. A final report
per asbestos local, state /federal regulations will be assembled and submitted. Project
manager will review and approve all payment requests.
3.2 Quality Assurance /Quality Control
A Quality Control (QC) supervisor will be assigned to the project to make the final
observations. This QC supervisor will conduct a visual examination of the asbestos
abatement area immediately before encapsulation at the time of critical barrier removal
to confirm that all ACM is removed from the area. Also, a final observation will be
made to assure ACM has been removed and a clearance letter will be issued for re-
occupancy of the area.
EPI #93 -577 - Page 2
3.3 Final Report
Final project management and air monitoring report will be prepared including copies
of required selected contractor submittals, description of asbestos removed; report to
comply with the Asbestos Hazardous Emergency Response Act (AHERA)
requirements.
4 CLIENT REQUIREMENTS
.0 C
The client will provide the following services and /or items:
Access to the work area for prebid and preconstruction meetings.
- Delegate one representative to be the contact for EPI during the project abatement.
5.0 PROFESSIONAT SERVICES
5.1 Protect Summary
This project is to be completed on a Time and Material basis. The applicable portions
of our 1994 Fee Schedule is below. EPI cost not to exceed estimate is $1,200.00 for the
asbestos removal project management if EPI does the on -site monitoring. EPI cost not
to exceed estimate is $1,950.00 for the asbestos removal project management if EPI does
not perform on -site monitoring. Any extra work beyond this estimate will be billed as
an extra t a as per fee schedule rates and approved by the City of Brooklyn Center
Economic Development Authority prior to proceeding.
5.2 Professional Fee Schedule Hourly Rates
Licensed Principal Architect $ 36.50
Licensed Project Architect 35.50
Licensed Professional Engineer 35.50
Indoor Air Quality Diagnostician 35.50
Senior Project Manager /Code Specialist 35.50
Senior Project Manager- Asbestos Designer /Inspector /Manager 35.50
Mechanical Engineer 25.50
Architect 22.50
Electrical Engineer 22.50
Structural Engineer 22.50
Industrial Hygienist 20.00
Mechanical Draftsperson 17.30
Environmental Technician 16.00
Electrical CAD Operator 16.00
Architectural /CAD Operator 16.00
Architectural Draftsperson 12.50
Word Processor /Clerical 12.50
Note: Billing rates are the rates stated above plus 1.5 times hourly rates.
EPI #93 -577 - Page 3
Legal Deposition (Flat hourly fee) - Work -up 100.00
40 - Deposition 125.00
- Trial 150.00
5.3 Analytical Equipment Expenses
ns
CAD $ 32.50 /hour
Asbestos Bulk Sample - Normal 20.00 /sample
Asbestos Bulk Sample - Rush 40.00 /sample
Asbestos Air Samples (PCM) 18.00 /sample
5.4 Other Expenses
Travel - Mileage @ 0.28 /mile
Other expenses at actual cost
Unforseen conditions or problems encountered during this phase of work which were not
included in this proposal that require additional tests or fees, will be approved by the City of
Brooklyn Center Economic Development Authority prior to proceeding.
4.0 ACCEPTANCE
Please indicate your acceptance of this fee proposal by endorsing both copies of the Contract,
Owner /Architect AIA Document B727 Standard Form of Agreement Between Owner and
Architect and returning one executed copy.
If you should have any questions or need additional information, please feel free to contact
either of the undersigned at (612) 377 -8316. We look forward to assisting you with this project.
Sincerely
ENVIRONMENTAL PROCESS, INC.
Michael Berreau, CCI
Vice President
Asbestos Certified Designer - #ACS -39
AHERA Certified Designer- #PD -B2
MB:ds
ENVIRONMENTAL PROCESS, INCORPORATED
1220 Glenwood Avenue, Minneapolis, Minnesota 55405 • 612 - 377 -8316 • Fax 612 - 377 -4984 ePL
February 22, 1994
Mr. Tom Bublitz
City of Brooklyn Center
Economic Development Authority
6301 Shingle Creek Parkway
Brooklyn Center, Minnesota 55430
Subject: Proposal /Cost Estimate - Project On -Site Monitoring
6525, 6527, 6529 Willow Lane North
Brooklyn Center, Minnesota 55430
Asbestos Abatement
EPI #93 -577
Dear Mr. Bublitz
1.0 INTRODUCTION
Environmental Process, Inc., (EPI), is pleased to respond to your request for a proposal
concerning abatement project on site monitoring services for the above referenced project.
2.0 SCOPE OF WORK
The scope of work includes asbestos abatement, limited on- site, air monitoring.
This cost is based on EPI performing the project management.
.0 SCOPE OF SERVICES - ON -SITE AIR MONITORIN
The scope of services includes the following:
3.1 Hygiene Service
On -site hygiene services during abatement will include limited asbestos air sample
analysis and visual observations, with enforcement of plans and specifications.
3.2 Field Services
A field technician will be under the direct supervision of Senior Project Manager who
is either a Minnesota Licensed Asbestos Designer, Minnesota Licensed Asbestos
Inspector, Licensed Management Planner. The technician will be available by pager for
EPI #93 -577 - Page 2
24 hour per day communication purposes. The field technician will be provided with
NIOSH 582 or equal approved training and will provide and meet all respiratory
protection requirements.
3.3 Technician Responsibilities
The field technician duties will include several functions on a daily basis:
a. Maintain a Daily Log
1. Enforce plans and specifications.
2. Document crew sizes - proper license workers /supervisors.
3. Document daily work activities (problems /solutions /etc.
4. Review contractor engineering controls.
5. Identify locations, collect and analyze air samples.
6. Review safety worker protection requirements.
7. Verify and assure security, safety, and QA standards.
8. Containment procedures and approvals.
9. Contract document deviations, change and rationale for changes.
10. Continued field observations for project duration.
b. Maintain Air Monitoring Equipment and Date. Including
1. Equipment specific usages.
2. Air pump calibration records.
3. Air sample durations.
4. Field sample analysis data.
5. Fiber counts representing preliminary, setup, during removal and final
clearance activities.
3.4 Final Report
Final project management and air monitoring report will be assembled, including copies
of required selected contractor submittals, description of asbestos removed, report to
comply with the Asbestos Hazardous Emergency Response Act (AHERA) requirements
and submitted to the Project Manager for final preparation, review and approval.
4.0 PROFESSIONAL SERVICES
4.1 Project Summary
This project is to be completed on a Time and Material basis. The applicable portions
of our 1994 fee Schedule is below. EPI cost not to exceed amount for professional fees
to perform limited on -site monitoring for three to four weeks, is $4,875.00.
EPI #93 -577 - Page 3
Analytical testing required by asbestos regulations are extra and shall be reimbursed
according to our 1994 Fee Schedule.
Reimbursable expenses, (See AIA Article 7.2) are extra and shall be reimbursed as
specified, at cost.
4.2 Professional Fee Schedule Hourly Rates
Licensed Principal Architect $ 36.50
Licensed Project Architect 35.50
Licensed Professional Engineer 35.50
Indoor Air Quality Diagnostician 35.50
Senior Project Manager /Code Specialist 35.50
Senior Project Manager- Asbestos Designer /Inspector /Manager 35.50
Mechanical Engineer 25.50
Architect 22.50
Electrical Engineer 22.50
Structural Engineer 22.50
Industrial Hygienist 20.00
Mechanical Draftsperson 17.30
Environmental Technician 16.00
Electrical CAD Operator 16.00
Architectural /CAD Operator 16.00
Architectural Draftsperson 12.50
Word Processor /Clerical 12.50
Note: Billing rates are the rates stated above plus 1.5 times hourly rates.
Legal Deposition (Flat hourly fee) - Work -up 100.00
- Deposition 125.00
- Trial 150.00
4.3 Analytical Equipment Expense
CAD $ 32.50 /hour
Asbestos Bulk Sample - Normal 20.00 /sample
Asbestos Bulk Sample - Rush 40.00 /sample
Asbestos Air Samples (PCM) 18.00 /sample
4.4 Other Expenses
Travel - Mileage C 0.28 /mile
Other expenses at actual cost
EPI #93 -577 - Page 4
Unforseen conditions or problems encountered during this phase of work which were not
included in this proposal that require additional tests or fees, will be approved by the City of
Brooklyn Center Economic Development Authority prior to proceeding.
5.0 ACCEPTANCE
Please indicate your acceptance of this fee proposal by endorsing both copies of the Contract,
Owner /Architect AIA Document B727 Standard Form of Agreement Between Owner and
Architect and returning one executed copy.
If you should have any questions or need additional information, please feel free to contact
either of the undersigned at (612) 377 -8316. We look forward to assisting you with this project.
Sincerely
ENVIRONMENTAL PROCESS, INC.
Michael Berreau, CCI
Vice President
Asbestos Certified Designer - #ACS -39
AHERA Certified Designer- #PD -B2
MB:ds
.D
Commissioner introduced the following
resolution and moved its adoption:
EDA RESOLUTION NO.
RESOLUTION ACCEPTING PROPOSALS FROM ENVIRONMENTAL
PROCESS, INC. TO PROVIDE PROJECT MANAGEMENT AND ON -SITE
AIR MONITORING SERVICES FOR THE WILLOW RIVER APARTMENTS
ASBESTOS ABATEMENT PROJECT
WHEREAS, the Brooklyn Center Economic Development
Authority has approved plans and specifications for the Willow
River Apartments asbestos abatement project prepared by
Environmental Process, Inc. (EPI); and
WHEREAS, the Asbestos Hazard Emergency Response Act
( AHERA) requires the asbestos abatement work to be performed in
accordance with the requirements of the Act; and
WHEREAS, EPI has submitted proposals to the EDA to
provide project management services and on -site air monitoring
services to assure the asbestos abatement work under the contract
is done in accordance with the plans and specifications and AHERA
requirements; and
WHEREAS, the Brooklyn Center EDA believes it is in the
best interest of the City of Brooklyn Center and the EDA to accept
the proposals from EPI.
NOW, THEREFORE, BE IT RESOLVED by the Economic
Development Authority in and for the City of Brooklyn Center that:
1. The proposal for project management for the Willow
River Apartments asbestos abatement project
submitted by EPI in the amount of $1,200 is hereby
accepted.
2. The proposal for on -site air monitoring services
submitted by EPI in the amount of $4,875 is hereby
accepted.
3. The EDA President and Executive Director are hereby
authorized and directed to enter into agreements
with EPI for project management and on -site air
monitoring services in accordance with their
proposals, with the provision that the costs for
these services shall not exceed $1,200 for the
project management services and $4,875 for on -site
air monitoring services.
4. All costs for the project management and on -site
air monitoring services and the required air
sampling costs for the project shall be
appropriated from the EDA reserve fund.
EDA Resolution No.
Date Todd Paulson, President
The motion for the adoption of the foregoing resolution was duly
seconded by Commissioner and upon vote being
taken thereon, the following voted in favor thereof:
and the following voted against the same:
whereupon said resolution was declared duly passed and adopted.